Tender

DfC - Strategic Partner Framework for Department for Communities and its participating Arm’s Length Bodies

  • Department for Communities
  • Department for Communities NI
  • Armagh Observatory
  • Armagh Planetarium
  • Arts Council of Northern Ireland
Show 7 more buyers Show fewer buyers
  • Charity Commission for Northern Ireland
  • National Museums Northern Ireland
  • Northern Ireland Housing Executive
  • Northern Ireland Museums Council
  • Libraries NI
  • Local Government Staff Commission
  • The Commissioner for Older People for NI

F02: Contract notice

Notice identifier: 2022/S 000-011001

Procurement identifier (OCID): ocds-h6vhtk-033196

Published 28 April 2022, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

Department for Communities

NINE Lanyon Place

BELFAST

BT1 3LP

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Department for Communities NI

NINE Lanyon Place

Belfast

BT1 3LP

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Armagh Observatory

College Hill

Armagh

BT61 9DG

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Armagh Planetarium

College Hill

Armagh

BT61 9DB

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Arts Council of Northern Ireland

MacNeice House 77 Malone Road

Belfast

BT9 6AQ

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Charity Commission for Northern Ireland

257 Lough Road Lurgan

Craigavon

BT66 6NQ

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

National Museums Northern Ireland

Cultra

Holywood

BT18 0EU

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Northern Ireland Housing Executive

2 Adelaide Street

Belfast

BT2 8BP

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Northern Ireland Museums Council

6 Crescent Gardens

Belfast

BT7 1NS

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Libraries NI

Lisburn City Library 23 Linenhall Street

Lisburn

BT28 1FJ

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Local Government Staff Commission

22 Gordon Street, Belfast

Belfast

BT1 2LG

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

The Commissioner for Older People for NI

Equality House 7-9 Shaftesbury Square

Belfast

BT2 7DP

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS 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 involves 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

Tenders or requests to participate must be submitted to the above-mentioned address

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

DfC - Strategic Partner Framework for Department for Communities and its participating Arm’s Length Bodies

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

The Department for Communities (DfC) and participating Arm’s length bodies have a requirement to set up a single supplier Strategic Partner Framework Agreement to support and enable them to meet the strategic goals and objectives outlined in the Departments Five Year Strategy and deliver associated Work Packages. This Framework Agreement will allow the Participating bodies listed in the Specification Schedule to establish a Call-off Contract with the successful Contractor to provide professional services when required. Further details are provided within the Specification Schedule. The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework.

two.1.5) Estimated total value

Value excluding VAT: £10,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79414000 - Human resources management consultancy services
  • 79990000 - Miscellaneous business-related services
  • 75111200 - Legislative services
  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 70000000 - Real estate services
  • 70332200 - Commercial property management services
  • 70331000 - Residential property services
  • 70332000 - Non-residential property services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212482 - Business intelligence software development services
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services
  • 72222300 - Information technology services
  • 72224100 - System implementation planning services
  • 72227000 - Software integration consultancy services
  • 72266000 - Software consultancy services
  • 72224000 - Project management consultancy services
  • 72500000 - Computer-related services
  • 72600000 - Computer support and consultancy services
  • 72800000 - Computer audit and testing services
  • 92000000 - Recreational, cultural and sporting services
  • 92500000 - Library, archives, museums and other cultural services
  • 79300000 - Market and economic research; polling and statistics
  • 79310000 - Market research services
  • 75300000 - Compulsory social security services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department for Communities (DfC) and participating Arm’s length bodies have a requirement to set up a single supplier Strategic Partner Framework Agreement to support and enable them to meet the strategic goals and objectives outlined in the Departments Five Year Strategy and deliver associated Work Packages. This Framework Agreement will allow the Participating bodies listed in the Specification Schedule to establish a Call-off Contract with the successful Contractor to provide professional services when required. Further details are provided within the Specification Schedule. The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework.

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: £10,500,000

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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework. The estimated contract value indicated in II.1.5 and II.2.6 represents the potential value of spend under this contract which is estimated to be in the range of £6.7m to £10.5m GBP exclusive of VAT.

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 successful Contractor’s performance on this Framework will be managed as per the specification and regularly monitored (see https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures). 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 grounds for termination of the contract at the Contractors expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of Unsatisfactory Performance. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of multiple Notice of Written Warning or Notice of Unsatisfactory. Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also 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.


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The successful Contractor’s performance will be managed as per the specification and conditions of contract.


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 a single operator

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

30 May 2022

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: 28 August 2022

four.2.7) Conditions for opening of tenders

Date

30 May 2022

Local time

3:30pm

Information about authorised persons and opening procedure

Only CPD Procurement staff with access to the project on eTendersNI.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures). 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 grounds for termination of the contract at the Contractors expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of Unsatisfactory Performance. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of multiple Notice of Written Warning or Notice of Unsatisfactory. Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also 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.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures.

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The UK does not have any such bodies with responsibility for appeal/mediation procedures.

Belfast

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 framework is communicated to tenderers. That notification will provide full information on the award decision.