Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Public order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
DoJ — NIPS Integrated Design Team Framework Contract.
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Integrated Design Team will work with the in-house estates team to primarily deliver NIPS works projects, but will also provide occasional contract administration support for multi-disciplinary facilities management contracts. Due to the anticipated volume and frequency of work, 2 regional single operator professional design team services framework contracts are to be established to take forward the delivery of multiple minor works and maintenance projects (typically up to 500 000 GBP per order but with the ability — subject to operational requirements — to operate up to 750 000 GBP per order) using an established NEC3 measured term framework. In addition, opportunities may also be presented, subject to business case approval, to take forward individual major projects in the range 500 000 GBP — 5 000 000 GBP during the period of the framework (procured via separate tenders).
II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 GBP
II.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
II.2)Description
II.2.1)Title:
Maghaberry Prison and Prisoner Assessment Unit (Belfast)
Lot No: 1
II.2.2)Additional CPV code(s)
71220000
71311000
71312000
71315210
71324000
71541000
71315300
II.2.3)Place of performance
NUTS code: UKN0
II.2.4)Description of the procurement:
The Integrated Design Team will work with the in-house estates team to primarily deliver NIPS works projects, but will also provide occasional contract administration support for multi-disciplinary facilities management contracts. Due to the anticipated volume and frequency of work, 2 regional single operator professional design team services framework contracts are to be established to take forward the delivery of multiple minor works and maintenance projects (typically up to 500 000 GBP per order but with the ability — subject to operational requirements — to operate up to 750 000 GBP per order) using an established NEC3 measured term framework. In addition, opportunities may also be presented, subject to business case approval, to take forward individual major projects in the range 500 000 GBP — 5 000 000 GBP during the period of the framework (procured via separate tenders).
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: 1 600 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
This Framework Contract will be awarded for a period of 4 years with the option to terminate at the end of 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
II.2)Description
II.2.1)Title:
Magilligan Prison, Hydebank Wood College and Prison (Belfast) and Headquarters (Belfast)
Lot No: 2
II.2.2)Additional CPV code(s)
71220000
71311000
71312000
71315210
71324000
71541000
71315300
II.2.3)Place of performance
NUTS code: UKN0
II.2.4)Description of the procurement:
The Integrated Design Team will work with the in-house estates team to primarily deliver NIPS works projects, but will also provide occasional contract administration support for multi-disciplinary facilities management contracts. Due to the anticipated volume and frequency of work, 2 regional single operator professional design team services framework contracts are to be established to take forward the delivery of multiple minor works and maintenance projects (typically up to 500 000 GBP per order but with the ability — subject to operational requirements — to operate up to 750 000 GBP per order) using an established NEC3 measured term framework. In addition, opportunities may also be presented, subject to business case approval, to take forward individual major projects in the range 500 000 GBP — 5 000 000 GBP during the period of the framework (procured via separate tenders).
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: 1 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
This Framework Contract will be awarded for a period of 4 years with the option to terminate at the end of 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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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 Operator's performance on this framework contract 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, which 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 12 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
See also section VI.3 for further details relating to unsatisfactory performance.
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
Open 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 a single operator
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: 13/10/2017
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
Tender must be valid until: 10/02/2018
IV.2.7)Conditions for opening of tenders
Date: 13/10/2017
Local time: 15:30
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
This Framework Contract will be awarded for a period of 4 years with the option to terminate at the end of year 3 and year 3 or at any other time as may be deemed necessary by the Contracting Authority. Whilst it is the Authority's intention to deliver a reasonable number of Projects utilizing this Framework Contract, the Authority is not under any obligation to make any appointments from the Framework Contract. The Authority will not be responsible for meeting any costs incurred by IDTs should the number of opportunities fall short of IDTs' expectations. The Contracting Authority reserves the right to procure, by other means, work that could otherwise be carried out under this Framework Contract. The Authority expressly reserves the rights: 1. 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; 2. to make whatever changes it may see fit to the content and structure of the tendering competition; 3. to award contract(s) in respect of any part(s) of the services covered by this notice; and 4. to award contract(s) in stages and in no circumstances will the 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 project will be used to progress the Government's wider social, economic and environmental objectives. Economic operators should note: Lot 1 — In addition to the sites indicated above (Maghaberry Prison and Prisoner Assessment Unit (Belfast)), other occasional services may also be required (subject to the approval of the Northern Ireland Prison Service) for properties within the geographical areas of Counties Antrim and Down in Northern Ireland, including those of the Compensation Agency NI, Courts and Tribunal Service, Electoral Office for NI, Forensic Science NI, Probation Board for NI and Youth Justice Agency or any other Agencies or Arm's length bodies of the Department of Justice (NI). Lot 2 — In addition to the sites indicated above (Magilligan Prison, Hydebank Wood College and Prison (Belfast) and Headquarters (Belfast)), other occasional services may also be required (subject to the approval of the Northern Ireland Prison Service) for properties within the geographical areas of Counties Armagh, Londonderry, Fermanagh and Tyrone in Northern Ireland, including those of the Compensation Agency NI, Courts and Tribunal Service, Electoral Office for NI, Forensic Science NI, Probation Board for NI and Youth Justice Agency or any other Agencies or Arm's length bodies of the Department of Justice (NI). Unsatisfactory performance: In the event that an Economic Operator is successful in being awarded Lot 1 but fails to perform satisfactorily, enters into administration or is otherwise unable to undertake the specified works and services, the Contracting Authority may award some or all works and services required under Lot 1 to the Economic Operator who was awarded Lot 2, for the remaining duration of the framework contract. Conversely, in the event that an Economic Operator is successful in being awarded Lot 2 but fails to perform satisfactorily, enters into administration or is otherwise unable to undertake the specified works and services, the Contracting Authority may award some or all works and services required under Lot 2 to the Economic Operator who was awarded Lot 1, for the remaining duration of the framework contract.
VI.4)Procedures for review
VI.4.1)Review body
Dept of Finance, Central Procurement Directorate, Contracts and Standards Branch
Belfast
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.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).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
31/08/2017