Tender

DOF 5627129 Pan Government Collaborative Framework Agreement For Civil Engineering Minor Works 2025

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

F02: Contract notice

Notice identifier: 2024/S 000-035627

Procurement identifier (OCID): ocds-h6vhtk-04b3ad

Published 4 November 2024, 12:01pm



The closing date and time has been changed to:

12 December 2024, 3:00pm

See the change notice.

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

Email

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

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

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).