Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 23rd Oct 2023

Tender Details
Referenceocds-h6vhtk-040e3d
Common Procurement VocabularyProperty management services of real estate on a fee or contract basis
Procurement MethodOpen procedure
Value£360,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 23rd Oct 2023

Tender Details
Referenceocds-h6vhtk-040e3d
Common Procurement VocabularyProperty management services of real estate on a fee or contract basis
Procurement MethodOpen procedure
Value£360,000

Section I: Contracting authority

I.1) Name and addresses

Construction and Procurement Delivery - CPD

303 Airport Road West

BELFAST

BT3 9ED

Contact

construct.infofinance-ni.gov.uk

Email

construc.info [at] Finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps/home.do

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/home.do

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DoF - 5056706 - Framework Procurement Of Dilapidation Surveyor And Expert Witness Team

II.1.2) Main CPV code

  • 70330000 - Property management services of real estate on a fee or contract basis

II.1.3) Type of contract

Services

II.1.4) Short description

The Provision Of Dilapidation Surveys And Expert Witness Services On Behalf Of Dof Construction Procurement and Delivery (CPD) – Properties Division. The Service Shall Include The Preparation Of Dilapidation Surveys, Review of Dilapidation Surveys by others, Reports And Expert Witness Services For Buildings Within The NICS Estate.

II.1.5) Estimated total value

Value excluding VAT: £360,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71319000 - Expert witness services
  • 79110000 - Legal advisory and representation services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

The Provision Of Dilapidation Surveys And Expert Witness Services On Behalf Of Dof Construction Procurement and Delivery (CPD) – Properties Division. The Service Shall Include The Preparation Of Dilapidation Surveys, Review of Dilapidation Surveys by others, Reports And Expert Witness Services For Buildings Within The NICS Estate.

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: £360,000

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: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: In order for a Contractor/Consultant 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 Contract 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.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

III.2.2) Contract performance conditions

The Economic Operators performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority will issue the Protocol for Managing Poor Supplier Performance. contained on Annex K of the Construction Procurement Toolkit Construction Toolkit (pdf version 30 Sept 22 (1).PDF).PDF. (financeni.gov.uk). If an Economic Actor has received more than on current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider an Economic Operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by Northern Ireland Public Procurement Policy (NIPPP), for a minimum of 12 months or 3 years respectively.. A list of bodies subject to NIPPP can be viewed at: List of public bodies to which NI public procurement policy applies Department of Finance (finance-ni.gov.uk)


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: 4

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.2.2) Time limit for receipt of tenders or requests to participate

Date

28 November 2023

Local time

3:00pm

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: 28 November 2024

IV.2.7) Conditions for opening of tenders

Date

28 November 2023

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by. publication of this 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 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 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 eprocurement 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, 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

construc.info [at] Finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

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..