Tender

DOF 4836610 Pan Government Framework For Ground Investigation Works 2023

  • Construction and Procurement Delivery, Department of Finance, Northern Ireland

F02: Contract notice

Notice identifier: 2023/S 000-014293

Procurement identifier (OCID): ocds-h6vhtk-0389cb

Published 19 May 2023, 10:30am



Section one: Contracting authority

one.1) Name and addresses

Construction and Procurement Delivery, Department of Finance, Northern Ireland

303 Airport Road West

BELFAST

BT3 9ED

Contact

FAO Procurement Operations Branch

Email

Construct.Info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Region code

UKN0 - Northern Ireland

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/cft/prepareViewCfTWS.do?resourceId=4836610

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/cft/prepareViewCfTWS.do?resourceId=4836610

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/cft/prepareViewCfTWS.do?resourceId=4836610

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 4836610 Pan Government Framework For Ground Investigation Works 2023

two.1.2) Main CPV code

  • 45111250 - Ground investigation work

two.1.3) Type of contract

Works

two.1.4) Short description

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies in Northern Ireland.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

A max. of two Lots may be awarded to any one Tenderer. The same Tenderer will therefore not be appointed for all Lots. Lots will be awarded in numerical order to the Tenderer that submitted the Most Economically Advantageous Tender (MEAT). In the event that the same Tender submits the MEAT for all four lots, then Lots 3 and 4 will be awarded to the Tenderer in second place.

two.2) Description

two.2.1) Title

Lot 1: Northern Area – Causeway Coast and Glens; Mid and East Antrim; Antrim and Newtownabbey

Lot No

1

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

Northern Area – Causeway Coast and Glens; Mid and East Antrim; Antrim and Newtownabbey

two.2.4) Description of the procurement

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies 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: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement is expected to become operational in 2023 and expire in 2027. The Agreement may be terminated in relation to any one or more Contractors before the Expiry Date by written notice in accordance with the Framework Agreement conditions. Should the Framework Agreement operate for its entire 4 year duration, then it is likely that it will require renewal in 2027.

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

Whilst it is the Central Purchasing Body's intention to deliver a reasonable number of investigations using this Framework Agreement, Contracting Authorities are under no obligation to make any appointments from this Framework Agreement. The Central Purchasing Body and/or Contracting Authorities will not be responsible for meeting any costs incurred by successful EOs should the number of opportunities fall short of the EOs expectations. Contracting Authorities reserve the right to procure similar or identical works outside of this Agreement. The award of this Framework Agreement is in no way a guarantee of any future workload, but demonstrates an intention to utilise the successful EOs to deliver ground investigation works, where appropriate.

two.2) Description

two.2.1) Title

Lot 2: Eastern Area – Belfast; Lisburn and Castlereagh

Lot No

2

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

Eastern Area – Belfast; Lisburn & Castlereagh

two.2.4) Description of the procurement

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies 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: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement is expected to become operational in 2023 and expire in 2027. The Agreement may be terminated in relation to any one or more Contractors before the Expiry Date by written notice in accordance with the Framework Agreement conditions. Should the Framework Agreement operate for its entire 4 year duration, then it is likely that it will require renewal in 2027.

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

Whilst it is the Central Purchasing Body's intention to deliver a reasonable number of investigations using this Framework Agreement, Contracting Authorities are under no obligation to make any appointments from this Framework Agreement. The Central Purchasing Body and/or Contracting Authorities will not be responsible for meeting any costs incurred by successful EOs should the number of opportunities fall short of the EOs expectations. Contracting Authorities reserve the right to procure similar or identical works outside of this Agreement. The award of this Framework Agreement is in no way a guarantee of any future workload, but demonstrates an intention to utilise the successful EOs to deliver ground investigation works, where appropriate.

two.2) Description

two.2.1) Title

Lot 3: Western Area – Mid Ulster; Derry and Strabane; Fermanagh and Omagh

Lot No

3

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

Western Area – Mid Ulster; Derry and Strabane; Fermanagh and Omagh

two.2.4) Description of the procurement

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies 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: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement is expected to become operational in 2023 and expire in 2027. The Agreement may be terminated in relation to any one or more Contractors before the Expiry Date by written notice in accordance with the Framework Agreement conditions. Should the Framework Agreement operate for its entire 4 year duration, then it is likely that it will require renewal in 2027.

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

Whilst it is the Central Purchasing Body's intention to deliver a reasonable number of investigations using this Framework Agreement, Contracting Authorities are under no obligation to make any appointments from this Framework Agreement. The Central Purchasing Body and/or Contracting Authorities will not be responsible for meeting any costs incurred by successful EOs should the number of opportunities fall short of the EOs expectations. Contracting Authorities reserve the right to procure similar or identical works outside of this Agreement. The award of this Framework Agreement is in no way a guarantee of any future workload, but demonstrates an intention to utilise the successful EOs to deliver ground investigation works, where appropriate.

two.2) Description

two.2.1) Title

Lot 4: Southern Area – Armagh, Banbridge and Craigavon; Newry, Mourne and Down; North Down and Ards

Lot No

4

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

Southern Area – Armagh, Banbridge and Craigavon; Newry, Mourne and Down; North Down and Ards

two.2.4) Description of the procurement

Construction and Procurement Delivery acting as the Contracting Authority, wishes to appoint Contractors to enter into a Framework Agreement for the provision of ground investigation works for Public Sector Bodies 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: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement is expected to become operational in 2023 and expire in 2027. The Agreement may be terminated in relation to any one or more Contractors before the Expiry Date by written notice in accordance with the Framework Agreement conditions. Should the Framework Agreement operate for its entire 4 year duration, then it is likely that it will require renewal in 2027.

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

Whilst it is the Central Purchasing Body's intention to deliver a reasonable number of investigations using this Framework Agreement, Contracting Authorities are under no obligation to make any appointments from this Framework Agreement. The Central Purchasing Body and/or Contracting Authorities will not be responsible for meeting any costs incurred by successful EOs should the number of opportunities fall short of the EOs expectations. Contracting Authorities reserve the right to procure similar or identical works outside of this Agreement. The award of this Framework Agreement is in no way a guarantee of any future workload, but demonstrates an intention to utilise the successful EOs to deliver ground investigation works, where appropriate.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Contractors are required to be registered on Constructionline. Suppliers should have a. minimum category value of £175,000 (estimated value) in at least one of the Constructionline Categories specified.

Minimum level(s) of standards possibly required

The number of Lots awarded to a single Tenderer will be limited to a maximum of. two. The value stated above (£175,000) is the minimum value required to be eligible for one Lot only. To be eligible for multiple lots, the. Tenderer will be required to have a Category Value equal to or greater than the required value for one Lot multiplied by the number of. Lots awarded.

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 Framework Agreement 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 https://www.finance-ni.gov.uk/sites/default/files/.. publications/dfp/Construction%20Toolkit%20%28pdf%20version%2030%20Sept%2022%20%281%29.PDF%29.PDF. 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 https://www.finance-ni.gov.uk/articles/listpublicbodies-.. which-ni-public-procurement-policy-applies.


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 several operators

Envisaged maximum number of participants to the framework agreement: 4

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: 2022/S 000-034040

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 June 2023

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: 27 October 2023

four.2.7) Conditions for opening of tenders

Date

29 June 2023

Local time

3:30pm

Place

via CPDs eTendersNI Tender Procurement Portal

Information about authorised persons and opening procedure

Tenders will be opened by the appropriate numbers of staff of CPD's Procurement Operations Branch


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Framework to be renewed in Summer of 2027

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 e-procurement 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

Email

construct.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 non-compliance 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).