- 1. Department for Communities
- 2. Department for Communities NI
- 3. Armagh Observatory
- 4. Armagh Planetarium
- 5. Arts Council of Northern Ireland
- 6. Charity Commission for Northern Ireland
- 7. National Museums Northern Ireland
- 8. Northern Ireland Housing Executive
- 9. Northern Ireland Museums Council
- 10. Libraries NI
- 11. Local Government Staff Commission
- 12. The Commissioner for Older People for NI
Section one: Contracting authority
one.1) Name and addresses
Department for Communities
NINE Lanyon Place
BELFAST
BT1 3LP
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
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
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
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
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
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
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
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
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
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
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
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.