Section one: Contracting authority
one.1) Name and addresses
The Special EU Programmes Body SEUPB
EU House, 11 Kevlin Road
Omagh
BT78 1LB
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
ID 4841239 - DoF - SEUPB - Establishment of a Multi Supplier Framework Agreement for the Provision of Management Verifications for the PEACEPLUS Programme
Reference number
ID 4841239
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
The Special EU Programmes Body (SEUPB) as Managing Authority of the PEACEPLUS Programme wishes to put in place a framework of service providers (Controllers) to carry out risk-based Management Verifications on successful PEACEPLUS projects. The Framework Agreement consists of 2 lots. Lot 1 is associated with themes involving capital / works expenditure (infrastructure costs), while lot 2 includes more general expenditure (consultancy costs, purchase of equipment, staff costs, etc.). Tenderers should refer to the Specification Schedule for more details on the services required. This Framework Agreement is supported by the PEACEPLUS Programme, managed by the Special EU Programmes Body (SEUPB). PEACEPLUS is a cross-border funding Programme supported by the European Union, the Government of the United Kingdom of Great Britain and Northern Ireland, the Government of Ireland, and the Northern Ireland administration.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £19,750,000
two.2) Description
two.2.1) Title
Lot 1 – Management Verifications covering Capital / Works Expenditure
Lot No
1
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
- 79210000 - Accounting and auditing services
- 79211000 - Accounting services
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Special EU Programmes Body (SEUPB) as Managing Authority of the PEACEPLUS Programme wishes to put in place a framework of service providers (Controllers) to carry out risk-based Management Verifications on successful PEACEPLUS projects. The Framework Agreement consists of 2 lots. Lot 1 is associated with themes involving capital / works expenditure (infrastructure costs), while lot 2 includes more general expenditure (consultancy costs, purchase of equipment, staff costs, etc.). Tenderers should refer to the Specification Schedule for more details on the services required. This Framework Agreement is supported by the PEACEPLUS Programme, managed by the Special EU Programmes Body (SEUPB). PEACEPLUS is a cross-border funding Programme supported by the European Union, the Government of the United Kingdom of Great Britain and Northern Ireland, the Government of Ireland, and the Northern Ireland administration.
two.2.5) Award criteria
Quality criterion - Name: AC1 Key personnel experience - Controller / Lead Manager / Weighting: 24.5
Quality criterion - Name: AC2 Key personnel experience - Verification Staff / Weighting: 17.5
Quality criterion - Name: AC3 Resourcing, Continuity, Quality and Issues Management / Weighting: 17.5
Quality criterion - Name: AC4 Social Value / Weighting: 10.5
Cost criterion - Name: AC5 Total Cost of Projects / Weighting: 30
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: Yes
Identification of the project
PEACEPLUS
two.2.14) Additional information
The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the potential scale of the contract as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence,directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates,time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
two.2) Description
two.2.1) Title
Lot 2 – Management Verifications covering General Expenditure
Lot No
2
two.2.2) Additional CPV code(s)
- 79200000 - Accounting, auditing and fiscal services
- 79210000 - Accounting and auditing services
- 79211000 - Accounting services
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Special EU Programmes Body (SEUPB) as Managing Authority of the PEACEPLUS Programme wishes to put in place a framework of service providers (Controllers) to carry out risk-based Management Verifications on successful PEACEPLUS projects. The Framework Agreement consists of 2 lots. Lot 1 is associated with themes involving capital / works expenditure (infrastructure costs), while lot 2 includes more general expenditure (consultancy costs, purchase of equipment, staff costs, etc.). Tenderers should refer to the Specification Schedule for more details on the services required. This Framework Agreement is supported by the PEACEPLUS Programme, managed by the Special EU Programmes Body (SEUPB). PEACEPLUS is a cross-border funding Programme supported by the European Union, the Government of the United Kingdom of Great Britain and Northern Ireland, the Government of Ireland, and the Northern Ireland administration.
two.2.5) Award criteria
Quality criterion - Name: AC1 Key personnel experience - Controller / Lead Manager / Weighting: 24.5
Quality criterion - Name: AC2 Key personnel experience - Verification Staff / Weighting: 17.5
Quality criterion - Name: AC3 Resourcing, Continuity, Quality and Issues Management / Weighting: 17.5
Quality criterion - Name: AC4 Social Value / Weighting: 10.5
Cost criterion - Name: AC5 Total Cost of Projects / Weighting: 30
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: Yes
Identification of the project
PEACEPLUS
two.2.14) Additional information
The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the potential scale of the contract as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence,directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates,time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
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: 2024/S 000-033202
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 – Management Verifications covering Capital / Works Expenditure
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 February 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
KPMG
The Soloist Building, 1 Lanyon Place
Belfast
BT1 3LP
Telephone
+44 2890243377
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
FINEGAN GIBSON LTD
Causeway Tower
Belfast
BT2 8DN
Telephone
+44 02890325822
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
AAB GROUP ACCOUNTANTS LIMITED
Dromalane Mill
NEWRY
BT35 8QS
Telephone
+44 02830261010
Fax
+44 02830262345
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
EAST BORDER REGION LIMITED
2 Monaghan Court
NEWRY
BT35 6BH
Telephone
+44 02830252684
Fax
+44 02830252685
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: £10,000,000
Total value of the contract/lot: £10,000,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 – Management Verifications covering General Expenditure
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 February 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
AAB GROUP ACCOUNTANTS LIMITED
Dromalane Mill
NEWRY
BT35 8QS
Telephone
+44 02830261010
Fax
+44 02830262345
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
EAST BORDER REGION LIMITED
2 Monaghan Court
NEWRY
BT35 6BH
Telephone
+44 02830252684
Fax
+44 02830252685
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
KPMG
The Soloist Building, 1 Lanyon Place
Belfast
BT1 3LP
Telephone
+44 02890243377
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.3) Name and address of the contractor
Cavanagh Kelly
38 Northland Row
DUNGANNON
BT71 6AP
Telephone
+44 02887752990
Fax
+44 02887752909
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
FINEGAN GIBSON LTD
Causeway Tower
Belfast
BT2 8DN
Telephone
+44 02890325822
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: £9,750,000
Total value of the contract/lot: £9,750,000
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the framework will be regularly monitored in line with the tender documentation. 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.
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.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.