Section one: Contracting authority
one.1) Name and addresses
Department of Finance D0F - Construction and Procurement Delivery
303 Airport Road West
BELFAST
BT3 9ED
Contact
F.A.O. Procurement Operations Branch
construct.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.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps/home.do
Tenders or requests to participate must be submitted to the above-mentioned 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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DoF - 5801974 - Pan Government Framework Agreement For Asbestos Services 2025
Reference number
5801974
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The Pan Government Framework Agreement for Asbestos Services 2025. The framework is being let by Construction and Procurement Delivery (CPD) on behalf of any public sector organisations requiring services in Northern Ireland including: Government Departments; Agencies; Non-Departmental Public Bodies; Local Authorities; or other Contracting Authority (including subsidised bodies or other grant recipients). A list of potential organisations is included in the ITT documents (Framework Agreement Schedule 9). This Framework Agreement may be used to progress the Government’s wider social, economic and environmental objectives. The Framework Agreement will be let in two Lots: Lot 1 known as Northern Area and Lot 2 known as Southern Area. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Northern Area
Lot No
1
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
- 71315100 - Building-fabric consultancy services
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Lot 1 - Northern Area
two.2.4) Description of the procurement
The Pan Government Framework Agreement for Asbestos Services 2025. The framework is being let by Construction and Procurement Delivery (CPD) on behalf of any public sector organisations requiring services in Northern Ireland including: Government Departments; Agencies; Non-Departmental Public Bodies; Local Authorities; or other Contracting Authority (including subsidised bodies or other grant recipients). A list of potential organisations is included in the ITT documents (Framework Agreement Schedule 9). This Framework Agreement may be used to progress the Government’s wider social, economic and environmental objectives. The Framework Agreement will be let in two Lots: Lot 1 known as Northern Area and Lot 2 known as Southern Area. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland.
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
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 6 Economic Operators that satisfy the completeness and compliance checks; the criteria for the rejection of Economic Operators; the information as to economic and financial standing; and who achieve the highest scores in the technical or professional ability evaluation process may be short-listed and invited to submit tenders. Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to tender. For the purposes of this exercise a tie for 6th place is deemed to occur where two or more Economic Operators have identical scores or a score within 1 mark (out of a score of 100) of the 6th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled, the PQQP Submission will be assessed at the time of receipt and the Economic Operators will be notified of the outcome. The shortlist of Economic Operators for Invitation to Tender will typically remain valid for a period of up to 12 months from the PQQP Receipt Deadline. At the Contracting Authority’s discretion the period of validity may be extended. When the Procurement is re-commenced, the Contracting Authority may seek confirmation that the shortlisted Economic Operators still meet the required minimum standards for the Procurement. .
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
two.2.14) Additional information
The Contracting Authority wishes to appoint two Economic Operators (EOs), to enter into a Pan Government Collaborative Framework Agreement for Asbestos Services 2025, for the provision of Asbestos Services for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in two Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1) and the Southern Area (Lot 2). Any one Economic Operator will only be awarded one Lot, subject to the relaxation provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Services expected to be procured using this Framework Agreement are likely to include, but not limited to, Asbestos Surveys, Asbestos Air Sampling and/or Asbestos Removals Management services in Northern Ireland. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. . CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation (Refer to Schedule 9 in the Framework Agreement). It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Services in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Consultant called-off or selected during any Secondary Competition will be required to enter into a NEC4 Professional Services Short Contract..
two.2) Description
two.2.1) Title
Southern Area
Lot No
2
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
- 71315100 - Building-fabric consultancy services
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Lot 2 - Southern Area
two.2.4) Description of the procurement
The Pan Government Framework Agreement for Asbestos Services 2025. The framework is being let by Construction and Procurement Delivery (CPD) on behalf of any public sector organisations requiring services in Northern Ireland including: Government Departments; Agencies; Non-Departmental Public Bodies; Local Authorities; or other Contracting Authority (including subsidised bodies or other grant recipients). A list of potential organisations is included in the ITT documents (Framework Agreement Schedule 9). This Framework Agreement may be used to progress the Government’s wider social, economic and environmental objectives. The Framework Agreement will be let in two Lots: Lot 1 known as Northern Area and Lot 2 known as Southern Area. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland.
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
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 6 Economic Operators that satisfy the. completeness and compliance checks; the criteria for the rejection of Economic Operators; the information as to economic and financial. standing; and who achieve the highest scores in the technical or professional ability evaluation process may be short-listed and invited. to submit tenders. Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to tender. For the purposes. of this exercise a tie for 6th place is deemed to occur where two or more Economic Operators have identical scores or a score within. 1 mark (out of a score of 100) of the 6th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled, the. PQQP Submission will be assessed at the time of receipt and the Economic Operators will be notified of the outcome. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority’s discretion the period of validity may be extended. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation that the shortlisted Economic Operators still meet the required minimum standards for the. Procurement.
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
two.2.14) Additional information
The Contracting Authority wishes to appoint two Economic Operators (EOs), to enter into a Pan Government Collaborative Framework Agreement for Asbestos Services 2025, for the provision of Asbestos Services for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in two Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1) and the Southern Area (Lot 2). Any one Economic Operator will only be awarded one Lot, subject to the relaxation provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Services expected to be procured using this Framework Agreement are likely to include, but not limited to, Asbestos Surveys, Asbestos Air Sampling and/or Asbestos Removals Management services in Northern Ireland. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. . CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation (Refer to Schedule 9 in the Framework Agreement). It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Services in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Consultant called-off or selected during any Secondary Competition will be required to enter into a NEC4 Professional Services Short Contract..
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 Annex K of the Construction Procurement Toolkit see :-. Construction Toolkit 30-04-24 (finance-ni.gov.uk). 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 :-. List of public bodies to which NI public. procurement policy applies | Department of Finance (finance-ni.gov.uk)
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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. The Contract Authority reserves the right to extend the period of the Framework.. Agreement for an additional one year beyond the four years, if necessary to ensure continuity of service to. all clients. Please refer to MOI. Part B section 7.3 in the procurement documents.
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
19 March 2025
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: 19 March 2026
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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 eprocurement. 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.
six.4) Procedures for review
six.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
construc.info@Finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Internet address
https://www.finance-ni.gov.uk/contact
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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. Any proceedings relating. to any perceived noncompliance. with the relevant law must be started within 30 days, beginning with the date when the economic.. operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may. extend the time limit to 3. months, where the court considers that there is a good reason for doing so).