Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DfC - 4345809 - Department for Communities Public Realm/Environmental Improvement Schemes ICT Framework Agreement 2022-2026

  • First published: 29 July 2022
  • Last modified: 29 July 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0356e4
Published by:
Department for Communities
Authority ID:
AA72536
Publication date:
29 July 2022
Deadline date:
01 September 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Work Orders will be allocated by call-off and secondary competition and the Client will appoint the Lead Consultants ICT and CTM's using an NEC4 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Communities

Belfast Regeneration Office, Level 4, Nine Lanyon Place

BELFAST

BT13LP

UK

Contact person: construct.infofinance-ni.gov.uk

Telephone: +44 2890816555

E-mail: construct.info@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etendersni.gov.uk/epps/home.do


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps/home.do


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etendersni.gov.uk/epps/home.do


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfC - 4345809 - Department for Communities Public Realm/Environmental Improvement Schemes ICT Framework Agreement 2022-2026

II.1.2) Main CPV code

71420000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Work Orders will be allocated by call-off and secondary competition and the Client will appoint the Lead Consultants ICT and CTM's using an NEC4 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area

II.1.5) Estimated total value

Value excluding VAT: 1 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71410000

71311000

71311210

71311220

71312000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

As described in the Contract Documents

II.2.4) Description of the procurement

The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Work Orders will be allocated by call-off and secondary competition and the Client will appoint the Lead Consultants ICT and CTM's using an NEC4 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will be awarded for a period of 4 years with the option to terminate at the end of Year 1, Year 2 and Year 3 or at any other time as may be deemed necessary by the Contracting Authority

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

This Framework Agreement will be awarded for a period of 4 years with the option to terminate at the end of Year 1, Year 2 and Year 3 or at any other time as may be deemed necessary by the Contracting Authority

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

List and brief description of conditions: In order for a Contractor/Consultant to be eligible to participate in this competition they must hold licenses, accreditation or certificates for specific categories and sectors as set out in the PQQ documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Economic Operators’ performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures. . https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. . If an Economic Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider an Economic Operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively A. list. of bodies subject to Northern Ireland Public Procurement Policy can be viewed at https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 4

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/09/2022

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 01/06/2023

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

CPD is assisting the CA Department for Communities in conducting the procurement process for this framework requirement, but for the avoidance of doubt, all contracts will be entered into by the Department for Communities and the successful tenderers. CPD is acting as a central purchasing body.. . The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by publication of this notice; (b) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: (a) Provides information or confirmations which later prove to be untrue or incorrect; (b) Does not supply the information within the timescale required by this notice or by the Invitation to Tender Documentation or as otherwise required during the process. . . Instructions on how to submit a tender; - Suppliers must be registered on the Contracting Authorities e-procurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do . . All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal..

VI.4) Procedures for review

VI.4.1) Review body

Department of Finance, Central Procurement Directorate Procurement Operations Branch

Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West

Belfast

BT3 9ED

UK

Telephone: +44 2890816555

E-mail: construct.info@finance-ni.gov.uk

Internet address(es)

URL: https://www.finance-ni.gov.uk

VI.5) Date of dispatch of this notice

28/07/2022

Coding

Commodity categories

ID Title Parent category
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311210 Highways consultancy services Civil engineering consultancy services
71311220 Highways engineering services Civil engineering consultancy services
71420000 Landscape architectural services Urban planning and landscape architectural services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71410000 Urban planning services Urban planning and landscape architectural services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
construct.info@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.