Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status
Published 29th Apr 2025
Reference | ocds-h6vhtk-050968 |
Common Procurement Vocabulary | Construction work |
Procurement Method | - |
Value | - |
No location provided
Category Works
Type
No. of Lots 1
Status
Published 29th Apr 2025
Reference | ocds-h6vhtk-050968 |
Common Procurement Vocabulary | Construction work |
Procurement Method | - |
Value | - |
Section I: Contracting authority/entity
I.1) Name and addresses
CPD - Construction Division
303 Airport Road West
BELFAST
BT3 9ED
construct.info [at] finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
2304399-Pan Government Framework Agreement for Civil Engineering Minor Works 2019
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.2) Description
II.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
II.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
II.2.4) Description of the procurement at the time of conclusion of the contract:
Framework for the provision of civil engineering works, not normally exceeding £500k. The works may be for schemes associated with infrastructure, buildings, structures, roads, marine, water supply, sewerage schemes and land contamination. This Agreement will be let in two lots: Lot 1 Northern Area and Lot 2 Southern Area. The works may include, but not limited to, the following(Scope of Works list): -The construction of roads, footways and car parks -Remedial works to existing roads and sewers -Fencing, gates and perimeter work -Storm / foul drainage / water mains -Mass and reinforced concrete works -Site clearance / building demolition -Earthworks -Marine works including underwater work -Design services -Surveying/geotechnical investigations -Structural steelwork -Playing fields -Minor building works and minor electrical works including street lighting.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
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 IV. Procedure
IV.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number: 2019/S 149-366083
Section V. Award of contract/concession
Contract No
2304399
Title
Northern Area
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:
7 April 2025
V.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractor/concessionaire
Adman Civil Projects Ltd
Omagh
R.Tierney [at] adman-ltd.com
Country
United Kingdom
NUTS code
- UKN0 - Northern Ireland
Internet address
The contractor/concessionaire is an SME
No
V.2.3) Name and address of the contractor/concessionaire
Whitemountain
Newtownabbey
gabriel.smyth [at] breedongroup.com
Telephone
+44 2892501000
Country
United Kingdom
NUTS code
- UKN0 - Northern Ireland
National registration number
5 Blackwater Road Mallusk
Internet address
The contractor/concessionaire is an SME
No
V.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £40,000,000
Section VI. Complementary information
VI.4) Procedures for review
VI.4.1) Review body
CPD Construction Division
303 Airport Road
Belfast
BT39ED
construct.info [at] finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
The Institue of Civil Engineers
1 Great George Street
London
Telephone
+44 2076652020
Country
United Kingdom
Internet address
VI.4.4) Service from which information about the review procedure may be obtained
CPD Construction Division
303 Airport Road West
Belfast
BT39ED
construct.info [at] finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
- 45000000 - Construction work
VII.1.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
VII.1.3) Place of performance
NUTS code
- UKN0 - Northern Ireland
Main site or place of performance
Northern Ireland
VII.1.4) Description of the procurement:
Framework for the provision of civil engineering works, not normally exceeding £500k. The works may be for schemes associated with infrastructure, buildings, structures, roads, marine, water supply, sewerage schemes and land contamination. This Agreement will be let in two lots: Lot 1 Northern Area and Lot 2 Southern Area. The works may include, but not limited to, the following(Scope of Works list): -The construction of roads, footways and car parks -Remedial works to existing roads and sewers -Fencing, gates and perimeter work -Storm / foul drainage / water mains -Mass and reinforced concrete works -Site clearance / building demolition -Earthworks -Marine works including underwater work -Design services -Surveying/geotechnical investigations -Structural steelwork -Playing fields -Minor building works and minor electrical works including street lighting.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
6
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£40,000,000
VII.1.7) Name and address of the contractor/concessionaire
Adman Civil Projects LTD
Omagh
mail [at] adman-ltd.com
Country
United Kingdom
NUTS code
- UKN0 - Northern Ireland
Internet address
The contractor/concessionaire is an SME
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Extension of Contract end date to 31 Oct 2028 and all work remains as per stated in the contract.
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The Framework Agreement was duly established in April 2021 (meaning the original 4-year term would run from April 2021 to April 2025).
The OJEU notice also stated that “the Contracting Authority reserved the right to extend the period of the Framework Agreement for an additional year beyond the 4 years if necessary to ensure continuity of service to all clients.”
The Contract Notice as published in the OJEU specifically allowed for the Framework Agreement to be extended for a further period of 12 months. The proposed extension was set out clearly and referred to the need to ensure continuity of services which is where we find ourselves.
It is considered that the proposed Framework modification would not alter the overall nature of the framework agreement, given that:
• the works proposed to be delivered under the modification includes essential health & safety minor works which are the same as that which have been delivered under the Framework in the preceding 4 years;
• the anticipated spend published in the OJEU was £40m and the current estimated actual spend to date is also £40m so the scope of the original framework has not been exceeded;
• the experience and financial standing required by candidates in the original procurement was set at a level proportionate to the annual activity envisaged under the Framework;
• the conditions set out in the original procurement will not be modified;
• the tenders were assessed in terms of quality against criteria relevant to the first four years and as the proposed additional 6 months is the same type of work neither the quality criteria nor the scores would have changed;
• the price element of the tenders was assessed on the basis of the annual spend multiplied by 4 and therefore an additional six months would not have altered the price score; and
• the rates to be applied by each contractor for each lot for the additional 6 months will be the original tendered rates, plus the annual inflationary index which was included in the original tender documentation and has been applied for Years 3 and 4 already.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £40,000,000
Total contract value after the modifications
Value excluding VAT: £45,000,000