Section one: Contracting authority
one.1) Name and addresses
Department for Communities, Historic Environment Division
Lanyon Place
BELFAST
BT1 3LP
Contact
Procurement Operations Branch
construc.info@Finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DFC 5011589 Historic Environment Division Specialist Conservation Advisory Services Framework Agreement 2023
two.1.2) Main CPV code
- 71541000 - Construction project management services
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework Agreement is for the provision of specialist conservation engineering, landscape management and masonry monument advice within the remit of the Department for Communities’ Historic Environment Division. This framework Agreement will be used to progress the Government’s wider social, economic and environmental objectives For a complete description of this procurement please refer to the Invitation to Tender (ITT) documents.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £272,363.48
two.2) Description
two.2.2) Additional CPV code(s)
- 71420000 - Landscape architectural services
- 71311000 - Civil engineering consultancy services
- 71221000 - Architectural services for buildings
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This Framework Agreement is for the provision of specialist conservation engineering, landscape management and masonry monument advice within the remit of the Department for Communities’ Historic Environment Division. This framework Agreement will be used to progress the Government’s wider social, economic and environmental objectives For a complete description of this procurement please refer to the Invitation to Tender (ITT) documents.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Cost criterion - Name: Financial / Weighting: 20
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-028178
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 May 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ALASTAIR COEY ARCHITECTS LTD
Belmont Gate Lodge
BELFAST
BT4 2DT
info@alastaircoeyarchitects.com
Telephone
+44 2890872400
Fax
+44 2890872401
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £800,000
Total value of the contract/lot: £272,363.48
Section six. Complementary information
six.3) Additional information
CPD, in its capacity as a Central Purchasing Body, is administering this procurement on behalf of the Contracting Authority.. . The. Contracting Authority expressly reserves the right: not to award any contract/framework agreement as a result of the procurement. process commenced by publication of this notice or to cancel the procurement at any stage; and. ii. 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 Economic Operators or Candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk. of the Economic Operator or Candidate participating in this procurement process. This project will be used to progress the Government’s. wider social, economic and environmental objectives.. . No business whatsoever is guaranteed under any resulting framework agreement. or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No. compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic Operators should take part in. this process only on the basis that they fully understand and accept this position. .
six.4) Procedures for review
six.4.1) Review body
Department of Finance
Clare House 303 Airport Road West
Belfast
Bt3 9ED
construc.info@Finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach.of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award.. decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the. award decision before the contract is entered into.