Contract

ID 4841239 - DoF - SEUPB - Establishment of a Multi Supplier Framework Agreement for the Provision of Management Verifications for the PEACEPLUS Programme

  • The Special EU Programmes Body SEUPB

F03: Contract award notice

Notice identifier: 2025/S 000-005573

Procurement identifier (OCID): ocds-h6vhtk-04ac50

Published 18 February 2025, 1:08pm



Section one: Contracting authority

one.1) Name and addresses

The Special EU Programmes Body SEUPB

EU House, 11 Kevlin Road

Omagh

BT78 1LB

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.seupb.eu/

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

Email

ie-fm-belfasttenders@kpmg.ie

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

Email

cd@fgibson.co.uk

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

Email

hello@aabgroup.com

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

Email

Lorraine@eastborderregion.com

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

Email

hello@aabgroup.com

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

Email

hello@eastborderregion.com

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

Email

ie-fm-belfasttenders@kpmg.ie

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

Email

info@cavanaghkelly.com

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

Email

cd@fgibson.co.uk

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.