Section one: Contracting authority
one.1) Name and addresses
Department for Communities, Historic Environment Division
Lanyon Place
BELFAST
BT1 3LP
Contact
Procurement Operations Branch
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
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 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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DFC 5011589 Historic Environment Division Specialist Conservation Advisory Services Framework Agreement 2023
two.1.2) Main CPV code
- 71541000 - Construction project management services
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework Agreement is for the provision of specialist conservation engineering, landscape management and masonry monument advice within the remit of the Department for Communities’ Historic Environment Division. This framework Agreement will be used to progress the Government’s wider social, economic and environmental objectives For a complete description of this procurement please refer to the Invitation to Tender (ITT) documents.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71420000 - Landscape architectural services
- 71311000 - Civil engineering consultancy services
- 71221000 - Architectural services for buildings
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This Framework Agreement is for the provision of specialist conservation engineering, landscape management and masonry monument advice within the remit of the Department for Communities’ Historic Environment Division. This framework Agreement will be used to progress the Government’s wider social, economic and environmental objectives For a complete description of this procurement please refer to the Invitation to Tender (ITT) documents.
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: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
This Framework Agreement will be awarded for a period of 2 years with the option to extend for a period of two further individual one year periods. The Framework Agreement may be terminated at any time as deemed necessary by the Contracting Authority.
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer to minimum standard requirements in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Refer to minimum standard requirements in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Economic Operators’ performance on this Contract 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 Toolkit:. Construction Toolkit (pdf version 30 Sept 22 (1).PDF).PDF (finance-ni.gov.uk). 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/
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the 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
Originally published as:
Date
26 October 2023
Local time
3:00pm
Changed to:
Date
30 October 2023
Local time
3:00pm
See the change notice.
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: 26 October 2024
four.2.7) Conditions for opening of tenders
Date
26 October 2023
Local time
3:30pm
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
Electronic payment will be used
six.3) Additional information
CPD, in its capacity as a Central Purchasing Body, is managing this procurement procedure on behalf of the Contracting Authority which. is The Department for Communities Historic Environment Division. The Contracting Authority expressly reserves the right:. i. not to. award any framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the. procurement at any stage; and. ii. 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 Economic Operators or Candidates. Any expenditure, work. or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this. procurement process.. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no. guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a. contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that. they fully understand and accept this position.. VI.4)
six.4) Procedures for review
six.4.1) Review body
Department of Finance, Construction Procurement Delivery
Clare House
Belfast
BT3 9ED
Country
United Kingdom
six.4.3) Review procedure
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.