Construction Tenders

22 May 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 13th Jan 2025

Tender Details
Referenceocds-h6vhtk-04cf74
Common Procurement VocabularyCivil engineering consultancy services
Procurement MethodOpen procedure
Value£400,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 13th Jan 2025

Tender Details
Referenceocds-h6vhtk-04cf74
Common Procurement VocabularyCivil engineering consultancy services
Procurement MethodOpen procedure
Value£400,000

Section I: Contracting authority

I.1) Name and addresses

Northern Ireland Fishery Harbour Authority NIFHA

3 St Patricks Avenue

Downpatrick

BT30 6DW

Contact

FAO Procurement Operations Branch

Email

Construct.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/cft/prepareViewCfTWS.do?resourceId=5673505

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=5673505

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=5673505

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NIFHA 5673505 Northern Ireland Fishery Harbour Authority (NIFHA) PROFESSIONAL SERVICES CONTRACT INTEGRATED CONSULTANT TEAM FRAMEWORK

II.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

This Framework Agreement Is For The Provision Of Construction Related Professional Services By A Consultant And Its Supply Chain, Collectively Referred To As An Integrated Consultant Team (ICT).

II.1.5) Estimated total value

Value excluding VAT: £400,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

Northern Ireland

II.2.4) Description of the procurement

This Framework Agreement Is For The Provision Of Construction Related Professional Services By A Consultant And Its Supply Chain, Collectively Referred To As An Integrated Consultant Team (ICT).

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: £400,000

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

The initial contract award is for a 2 year period with and option 2 year period of 1 year and 1 year.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

In order for an Economic Operator to be eligible in this competition they must hold licenses, accreditation or certificates for specific categories and sectors as set out in the PQQP 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

Reference to the relevant law, regulation or administrative provision

The professional services engineers shall have civil engineering. qualifications with experience working within a marine environment. Please refer to the Tender Documents for additional details.

III.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.


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.1.8) 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

20 February 2025

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

Duration in months: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

20 February 2025

Local time

3:30pm

Place

via CPD'S eTendersNI Tender Procurement Portal.

Information about authorised persons and opening procedure

Tenders will be opened by the appropriate numbers of staff of CPD's Procurement Operations Branch.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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 to submit a. tender within the PQQP documents 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

construct.info [at] finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

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