Section one: Contracting authority
one.1) Name and addresses
Strategic Investment Board
9 Lanyon Place
BELFAST
BT1 3LP
SSDAdmin.CPD@finance-ni.gov.uk
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SIB - Planning Professional Services
Reference number
4965380
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Strategic Investment Board's (SIB) Regeneration Unit wish to establish a framework agreement and appoint a maximum of 3 Suppliers, in ranked order, to the framework for Planning Consultancy advice. It is envisaged that the framework agreement will be for a period of 3 years. The main activities will be in supplementing the work of the Regeneration Unit in achieving its annual action plan as approved by the NICS Board. The Suppliers will provide a range of consultancy advisory services throughout Northern Ireland whenever instructed by the Regeneration Unit and are expected to cover the following disciplines; 1. Planning Appraisal Reports 2. Handling of complex community and stakeholder consultation exercises 3. Handling of Pre Application Discussions (PAD) process 4. Advice on site access, transportation and infrastructure limitations 5. Advice on the preparation of planning applications 6. Concept scheme designs 7. Preparation and submission of planning applications 8. Strategic planning advice
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71400000 - Urban planning and landscape architectural services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Strategic Investment Board's (SIB) Regeneration Unit wish to establish a framework agreement and appoint a maximum of 3 Suppliers, in ranked order, to the framework for Planning Consultancy advice. It is envisaged that the framework agreement will be for a period of 3 years. The main activities will be in supplementing the work of the Regeneration Unit in achieving its annual action plan as approved by the NICS Board. The Suppliers will provide a range of consultancy advisory services throughout Northern Ireland whenever instructed by the Regeneration Unit and are expected to cover the following disciplines; 1. Planning Appraisal Reports 2. Handling of complex community and stakeholder consultation exercises 3. Handling of Pre Application Discussions (PAD) process 4. Advice on site access, transportation and infrastructure limitations 5. Advice on the preparation of planning applications 6. Concept scheme designs 7. Preparation and submission of planning applications 8. Strategic planning advice
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 9 June 2024
four.2.7) Conditions for opening of tenders
Date
11 March 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their. performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and their place on the contract may be terminated. The issue of a Notice of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement. Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the Notice.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended
Befast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification. will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.