loading
  • GB-BT3 9ED Belfast
  • 29.05.2018
  • Ausschreibung
  • (ID 2-299007)

DOF:1514180: Pan Government Integrated Consultant Team Framework Agreement 2018


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 29.05.2018, 15:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Städtebauliche Projekte
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Technische Ausrüstung / Kostenmanagement / Projektsteuerung / Vermessung
    Sprache Englisch
    Aufgabe
    Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
    Leistungsumfang
    Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
    Adresse des Bauherren UK-BT3 9ED Belfast
    TED Dokumenten-Nr. 162096-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Belfast: Architectural, construction, engineering and inspection services

      2018/S 073-162096

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      CPD — Construction Division
      303 Airport Road West
      Belfast
      BT3 9ED
      United Kingdom
      Contact person: Head of Procurement Operations Branch
      Telephone: +44 2890816555
      E-mail: MThbZ2ZrbGptW2wmYWZeZzheYWZZZltdJWZhJl9nbiZtYw==
      NUTS code: UK

      Internet address(es):

      Main address: https://etendersni.gov.uk/epps

      Address of the buyer profile: https://etendersni.gov.uk/epps

      I.2)Information about joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendersni.gov.uk/epps/home.do
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://etendersni.gov.uk/epps
      Tenders or requests to participate must be submitted to the abovementioned 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
      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
      Other activity: The Contracting Authority is purchasing on behalf of other contracting authorities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      DOF:1514180: Pan Government Integrated Consultant Team Framework Agreement 2018

       

      Reference number: 1514180
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.

       

      II.1.5)Estimated total value
      Value excluding VAT: 18 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 7
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Lot awarded will be restricted to:

      a) no more than any 2 Lots out of the total of seven lots (subject to below);

      b) 1 of the 2 Minor Works Lots — either Lot 2 or Lot 3 i.e. not both;

      c) 1 of the 4 Small Works Lots — either Lot 4 or Lot 5 or Lot 6 or Lot 7 i.e. not more than 1.

      Refer to Introduction and Brief Explanation, Section 9 for example relaxation to above.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 1:Major Works

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71315000
      71324000
      71541000
      71220000
      71334000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKN
      Main site or place of performance:

       

      Lot 1: Major Works — Provision of services for major works projects. The geographical area of Lot 1 is throughout all of Northern Ireland.

       

      II.2.4)Description of the procurement:

       

      Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.

       

      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: 7 200 000.00 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 will be awarded for a period 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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: yes
      Identification of the project: Individual projects may be subject to funding.
      II.2.14)Additional information

       

      It is expected that 6 consultants may be appointed to this Lot. A consultant will be appointed following a secondary competition to take forward major construction related projects with estimated values typically between 4 500 000 GBP. and 20 000 000 GBP, from RIBA Stage 0 (the Employer’s statement of requirements); through strategic assessment and outline design stage, to completion of the works; RIBA Stage 7.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 2: Minor Works — North

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71315000
      71324000
      71541000
      71220000
      71334000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKN
      Main site or place of performance:

       

      Lot 2: Minor Works — Northern Area. The geographical area of Lot 2 comprises specified post codes in the ‘Northern’ area of Northern Ireland. Refer to. Instruction to Tenderers for list of post codes.

       

      II.2.4)Description of the procurement:

       

      Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.

       

      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: 3 000 000.00 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 will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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: yes
      Identification of the project: Individual projects may be subject to funding.
      II.2.14)Additional information

       

      It is expected that 5 consultants may be appointed to Lot 2. A Consultant will be appointed, following secondary competitions, to take forward minor construction related projects with estimated values typically between 500 000 GBP and 4 500 000 GBP from RIBA Stage 0 (Employer’s statement of requirements); through strategic assessment and outline design stage, to completion of the works; RIBA Stage 7.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 3: Minor Works — South

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71315000
      71324000
      71541000
      71220000
      71334000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKN
      Main site or place of performance:

       

      Lot 3: Minor Works — Provision of services for minor works projects. The geographical area of Lot 3 is restricted to specified post codes in the Southern Area of Northern Ireland.

       

      II.2.4)Description of the procurement:

       

      Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.

       

      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: 3 000 000.00 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 will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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: yes
      Identification of the project: Individual projects may be subject to funding.
      II.2.14)Additional information

       

      It is expected that 5 consultants may be appointed to Lot 3. A Consultant will be appointed, following secondary competitions, to take forward minor construction related projects with estimated values typically between 500 000 GBP and 4 500 000 GBP. from RIBA Stage 0 (Employer’s statement of requirements); through strategic assessment and outline design stage, to completion of the works; RIBA Stage 7.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 4: Small Works and Specialist Services — Region N1

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71315000
      71324000
      71541000
      71220000
      71334000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKN
      Main site or place of performance:

       

      Lot 4: Small Works — Northern 1 area. The geographical area of Lot 4 comprises specified post codes in the Northern 1 area of Northern Ireland. Refer to. instruction to Tenderers for list.

       

      II.2.4)Description of the procurement:

       

      Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.

       

      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: 1 200 000.00 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 will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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: yes
      Identification of the project: Individual projects may be subject to funding.
      II.2.14)Additional information

       

      It is expected that 1 consultant will be appointed to Lot 4. The Consultant will be appointed to provide services in the Lot 4 area without the need for a secondary competition. They will take forward small construction related projects typically with a value up to a max of 500 000 GBP. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 5: Small Works and Specialist Services — Region N2

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71315000
      71324000
      71541000
      71220000
      71334000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKN
      Main site or place of performance:

       

      Lot 5: Small Works — Northern 2 area. The geographical area of Lot 5 comprises specified post codes in the Northern 2 area of Northern Ireland. Refer to instruction to Tenderers for list.

       

      II.2.4)Description of the procurement:

       

      Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.

       

      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: 1 200 000.00 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 will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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: yes
      Identification of the project: Individual projects may be subject to funding.
      II.2.14)Additional information

       

      It is expected that 1 consultant will be appointed to Lot 5. The Consultant will be appointed to provide. services in the Lot 5 area without the need for a secondary competition. They will take forward small construction related projects typically with a value up to a max of 500 000 GBP. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 6: Small Works and Specialist Services — Region S1

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71315000
      71324000
      71541000
      71220000
      71334000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKN
      Main site or place of performance:

       

      Lot 6: Small Works — Southern 1 area. The geographical area of Lot 6 comprises specified post codes in the Southern 1 area of Northern Ireland. Refer to instruction to Tenderers for list.

       

      II.2.4)Description of the procurement:

       

      Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.

       

      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: 1 200 000.00 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 will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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: yes
      Identification of the project: Individual projects may be subject to funding.
      II.2.14)Additional information

       

      It is expected that 1 consultant will be appointed to Lot 6. The Consultant will be appointed to provide services in the Lot 6 area without the need for a secondary competition. They will take forward small construction related projects typically with a value up to a max of 500 000 GBP. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 7: Small Works and Specialist Services — Region S2

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71315000
      71324000
      71541000
      71220000
      71334000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKN
      Main site or place of performance:

       

      Lot 7: Small Works — Southern 2 area. The geographical area of Lot 7 comprises specified post codes in the Southern 2 area of Northern Ireland. Refer to instruction to Tenderers for list.

       

      II.2.4)Description of the procurement:

       

      Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.

       

      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: 1 200 000.00 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 will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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: yes
      Identification of the project: Individual projects may be subject to funding.
      II.2.14)Additional information

       

      It is expected that 1 consultant will be appointed to Lot 7. The Consultant will be appointed to provide services in the Lot 7 area without the need for a secondary competition. They will take forward small construction related projects typically with a value up to a max of 500 000 GBP. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7.

       

      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:

       

      Refer to Minimum Standards Documents for appropriate Lot (Ref: TP1-MSS1).

       

      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:

       

      As part of its contract management procedures, the Contracting Authority will use the protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 — Contract Management. Principles and Procedures: https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-managementprinciples-and-procedures

      If an Economic Operator is subject to a Notice of Unsatisfactory Performance the Contracting Authority, at its discretion, can consider the Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years. A list of the bodies subject to Northern Ireland Public Procurement Policy 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

      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 several operators
      Envisaged maximum number of participants to the framework agreement: 20
      In the case of framework agreements, provide justification for any duration exceeding 4 years: Economic benefits deemed by Contracting Authority.
      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
      Notice number in the OJ S: 2017/S 202-415803
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 29/05/2018
      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: 25/11/2018
      IV.2.7)Conditions for opening of tenders
      Date: 30/05/2018
      Local time: 15:00
      Information about authorised persons and opening procedure:

       

      The tenders will be opened by the Authority’s staff on the eTendersNI portal.

       

      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:

       

      The Authority expressly reserves the rights:

      (a) not to award any Framework Agreement as a result of the procurement process commenced by publication of this notice;

      (b) to award some but not necessarily all Lots under this Framework Agreement;

      (c) 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 candidates participating in this competition.

      Contracts awarded as a result of the Framework Agreement 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 establish any Framework Agreement 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 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 to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Department of Finance, Central Procurement Directorate Procurement Operations Branch
      Clare House, 303 Airport Road West
      Belfast
      T39ED
      United Kingdom
      Telephone: +44 2890816555
      E-mail: MTNgbGtwcW9yYHErZmtjbD1jZmtea2BiKmtmK2RscytyaA==

      Internet address:https://www.finance-ni.gov.uk/contact

      VI.4.2)Body responsible for mediation procedures
      Department of Finance, Central Procurement Directorate Procurement Operations Branch
      Clare House, 303 Airport Road West
      Belfast
      BT39ED
      United Kingdom
      Telephone: +44 2890816555
      E-mail: MjE3Ul5dYmNhZFJjHVhdVV4vVVhdUF1SVBxdWB1WXmUdZFo=

      Internet address:https://www.finance-ni.gov.uk/contact

      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:
      12/04/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 16.04.2018
Zuletzt aktualisiert 16.04.2018
Wettbewerbs-ID 2-299007 Status Kostenpflichtig
Seitenaufrufe 44