Section one: Contracting authority
one.1) Name and addresses
Construction and Procurement Delivery CPD, Department of Finance, Northern Ireland
303 Airport Road West
BELFAST
BT3 9ED
Contact
FAO 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.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=5627129
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=5627129
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=5627129
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 5627129 Pan Government Collaborative Framework Agreement For Civil Engineering Minor Works 2025
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents.
two.1.5) Estimated total value
Value excluding VAT: £48,000,000
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: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Framework Agreement comprises 4 Lots.
Lot 1 - Northern Area
Lot 2 - Southern Area
Lot 3 – Reserve for Lot 1 (Northern Area)
Lot 4 – Reserve for Lot 2 (Southern Area)
The geographical area of each Lot is defined in the procurement documents.
two.2) Description
two.2.1) Title
Lot 1 – Northern Area
Lot No
1
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45220000 - Engineering works and construction works
- 45233139 - Highway maintenance work
- 45233141 - Road-maintenance works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Lot 1 - Northern Area
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement 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: £24,000,000
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
Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to
extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please
refer to MOI Part B section 7.3 in the procurement documents.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 8 Economic Operators that satisfy: the. completeness and. compliance checks; the criteria for the rejection of Economic Operators; the information as. to economic and financial. standing; and who achieve the highest scores in the technical or. professional ability evaluation process may be short-listed and invited. to submit tenders.. Where there is a tie for 8th place, then all Economic Operators in 8th place will be invited to. tender. For the purposes. of this exercise a tie for 8th place is deemed to occur where two or. more Economic Operators have identical scores or a score within. 2 marks (out of a score. of 100) of the 8th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled,. the PQQP. Submission will be assessed at the time of receipt and the Economic Operators will be. notified of the outcome.. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a. period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority’s discretion the. period of validity may be extended.. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation. that the shortlisted Economic Operators still meet the required minimum standards for the.. Procurement.
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
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..
two.2) Description
two.2.1) Title
Lot 2 – Southern Area
Lot No
2
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45220000 - Engineering works and construction works
- 45233139 - Highway maintenance work
- 45233141 - Road-maintenance works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Lot 2 – Southern Area
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement 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: £24,000,000
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
Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to
extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please
refer to MOI Part B section 7.3 in the procurement documents.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 8 Economic Operators that satisfy: the. completeness and. compliance checks; the criteria for the rejection of Economic Operators; the information as. to economic and financial. standing; and who achieve the highest scores in the technical or. professional ability evaluation process may be short-listed and invited. to submit tenders.. Where there is a tie for 8th place, then all Economic Operators in 8th place will be invited to. tender. For the purposes. of this exercise a tie for 8th place is deemed to occur where two or. more Economic Operators have identical scores or a score within. 2 marks (out of a score. of 100) of the 8th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled,. the PQQP. Submission will be assessed at the time of receipt and the Economic Operators will be. notified of the outcome.. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a. period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority’s discretion the. period of validity may be extended.. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation. that the shortlisted Economic Operators still meet the required minimum standards for the.. Procurement.
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
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..
two.2) Description
two.2.1) Title
Lot 3 – Reserve for Northern Area
Lot No
3
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45220000 - Engineering works and construction works
- 45233139 - Highway maintenance work
- 45233141 - Road-maintenance works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Lot 3 – Reserve for Lot 1 (Northern Area)
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement 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: £24,000,000
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
Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to
extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 8 Economic Operators that satisfy: the. completeness and. compliance checks; the criteria for the rejection of Economic Operators; the information as. to economic and financial. standing; and who achieve the highest scores in the technical or. professional ability evaluation process may be short-listed and invited. to submit tenders.. Where there is a tie for 8th place, then all Economic Operators in 8th place will be invited to. tender. For the purposes. of this exercise a tie for 8th place is deemed to occur where two or. more Economic Operators have identical scores or a score within. 2 marks (out of a score. of 100) of the 8th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled,. the PQQP. Submission will be assessed at the time of receipt and the Economic Operators will be. notified of the outcome.. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a. period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority’s discretion the. period of validity may be extended.. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation. that the shortlisted Economic Operators still meet the required minimum standards for the.. Procurement.
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
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..
two.2) Description
two.2.1) Title
Lot 4 – Reserve for Southern Area
Lot No
4
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45220000 - Engineering works and construction works
- 45233139 - Highway maintenance work
- 45233141 - Road-maintenance works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Lot 4 – Reserve for Lot 2 (Southern Area)
two.2.4) Description of the procurement
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement 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: £24,000,000
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
Economic Operators shall initially be appointed to the Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 8 Economic Operators that satisfy: the. completeness and. compliance checks; the criteria for the rejection of Economic Operators; the information as. to economic and financial. standing; and who achieve the highest scores in the technical or. professional ability evaluation process may be short-listed and invited. to submit tenders.. Where there is a tie for 8th place, then all Economic Operators in 8th place will be invited to. tender. For the purposes. of this exercise a tie for 8th place is deemed to occur where two or. more Economic Operators have identical scores or a score within. 2 marks (out of a score. of 100) of the 8th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled,. the PQQP. Submission will be assessed at the time of receipt and the Economic Operators will be. notified of the outcome.. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a. period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority’s discretion the. period of validity may be extended.. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation. that the shortlisted Economic Operators still meet the required minimum standards for the.. Procurement.
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
The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding £750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..
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
In order for an Economic Operator to be eligible to participate in this competition they must hold.. licenses,. accreditation or certificates for specific categories and sectors as set out in the PQQP documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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 . 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 and also please refer to the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
5 December 2024
Local time
3:00pm
Changed to:
Date
12 December 2024
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: 5 December 2025
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced. by publication of this Contract 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 Contracting 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 Contract 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
six.4) Procedures for review
six.4.1) Review body
Department of Finance, Construction and Procurement Delivery, Procurement Operations Branch
Department of Finance, Construction and Procurement Delivery, Procurement Operations Branch Clare House, 303 Airport Road West
Belfast
BT3 9ED
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
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).