Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
DfC — Department for Communities Public Realm/Environmental Improvement Schemes ICT Framework Agreement 2017-2021.
II.1.2)Main CPV code
71420000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Package Orders will be allocated by call-off and secondary competition and the Employer will appoint the Lead Consultants ICT and CTM's using an NEC3 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. The schemes shall generally comprise a combination of landscape and civil engineering elements which may include road and footpath re-surfacing, tree and shrub planting, drainage, walls and railings, lighting, and the incorporation of street furniture. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area.
II.1.5)Estimated total value
Value excluding VAT: 4 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71410000
71311000
71311210
71311220
71312000
II.2.3)Place of performance
NUTS code: UKN0
II.2.4)Description of the procurement:
The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Package Orders will be allocated by call-off and secondary competition and the Employer will appoint the Lead Consultants ICT and CTM's using an NEC3 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. The schemes shall generally comprise a combination of landscape and civil engineering elements which may include road and footpath re-surfacing, tree and shrub planting, drainage, walls and railings, lighting, and the incorporation of street furniture. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 4 000 000.00 GBP
II.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:
This Framework Agreement will be awarded for a period of 4 years with the option to terminate at the end of Year 1, Year 2 and Year 3 or at any other time as may be deemed necessary by the Contracting Authority.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As specified in the pre-qualification documentation.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
This Framework Agreement will be awarded for a period of 4 years with the option to terminate at the end of Year 1, Year 2 and Year 3 or at any other time as may be deemed necessary by the Contracting Authority.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
List and brief description of conditions: As specified in the MOI Part B of the pre-qualification documents.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
The economic operators' performance on this framework agreement will be regularly monitored. If an economic operator fails to reach satisfactory levels of performance the economic operator may be issued with a Certificate of Unsatisfactory Performance.. . The issue of a Certificate of Unsatisfactory Performance will result in the economic operator being excluded from all procurement competitions being undertaken by Contracting Authorities on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate. A list of these bodies can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
III.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 IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 17/08/2017
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
CPD is assisting the CA Department for Communities in conducting the procurement process for this framework requirement, but for the avoidance of doubt, all contracts will be entered into by the Department for Communities and the successful tenderers. CPD is acting as a central purchasing body. The Contracting Authority expressly reserves the rights: i. not to award any contract as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage;. ii. to make whatever changes it may see fit to the content and structure of the tendering competition;. iii. to award a contract(s) in respect of any part(s) of the services covered by this notice; and. iv. to award contract(s) in stages and in no circumstances will the Contracting Authority be liable for any costs incurred by candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at risk of the company participating in this procurement process. This framework will be used to progress the Government's wider social, economic and environmental objectives.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.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.)
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
11/07/2017