Award

DOF 4865439 PAN GOVERNMENT PROPERTY MAINTENANCE FRAMEWORK 2024

DEPARTMENT OF FINANCE NORTHERN IRELAND, CONSTRUCTION AND PROCUREMENT DELIVERY

This public procurement record has 8 releases in its history.

Award

05 Dec 2024 at 06:44

TenderUpdate

20 Sep 2023 at 09:03

TenderUpdate

08 Sep 2023 at 14:41

TenderUpdate

23 Aug 2023 at 08:04

TenderUpdate

07 Jul 2023 at 10:02

TenderUpdate

06 Jul 2023 at 15:04

Tender

21 Jun 2023 at 10:42

Planning

13 Feb 2023 at 10:43

Summary of the contracting process

The Department of Finance Northern Ireland, Construction and Procurement Delivery has awarded a framework agreement titled “DOF 4865439 PAN GOVERNMENT PROPERTY MAINTENANCE FRAMEWORK 2024”, encompassing the building construction work industry. The procurement process, finalised on 5th December 2024, was in the 'Award' stage, officially signed on 15th May 2024. This agreement spans three geographic regions in Northern Ireland - North, South, and West - with contracts awarded for planned, remedial, and reactive maintenance, as well as projects worth up to £75,000, inclusive of design services. The framework includes multiple NEC4 Facilities Management Contracts, with an estimated annual value of services delivered as £6m-£8m for the North, £6m-£7.5m for the South, and £5m-£6.5m for the West, respectively. The contract has a total value of £88,182,606.81 over four years (2+1+1 extension).

This tender presents comprehensive business opportunities, especially for firms specialising in construction, electrical, mechanical, and refurbishment services. The agreement's flexibility and its division into lots across Northern Ireland offer substantial growth potential for businesses able to provide quality maintenance and construction work in the specified areas. Companies such as IRWIN ME LTD, GRAHAM ASSET MANAGEMENT LTD, C H C GROUP LTD, and H J MARTIN LTD have secured contracts, indicating the sector's competitive nature. Businesses well-equipped to deliver robust, cost-effective property maintenance solutions with an ability to comply with NEC4 contractual obligations and handle diverse maintenance needs are ideally positioned to benefit from such frameworks.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DOF 4865439 PAN GOVERNMENT PROPERTY MAINTENANCE FRAMEWORK 2024

Notice Description

Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: * Planned Preventative Maintenance (Ppm) Works; * Remedial Maintenance; * Reactive Maintenance; And * Projects Up To A Value Of PS75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients' asset portfolios and current budget constraints.

Lot Information

Lot 1 - Property Maintenance Contractor - North

Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: * Planned Preventative Maintenance (Ppm) Works; * Remedial Maintenance; * Reactive Maintenance; And * Projects Up To A Value Of PS75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients' asset portfolios and current budget constraints. Additional information: Lot 1 - Property Maintenance Contractor - North . The Authority wishesto appoint six Economic Operators EOs to enter into a Pan Government Collaborative Property Maintenance Framework Agreement2024 hereafter referred to as 'the Agreement'. One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. TheAgreement will provide the following property maintenance services to the Northern Ireland Government estate:. * planned preventativemaintenance PPM works;. * remedial maintenance; . * reactive maintenance; and. * projects up to a value of PS75,000, including designservices as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.Document 6 of 7 Affected Property provides details of the geographic areas and associated Government properties. . * Lot 1 - PropertyMaintenance Contractor - North . * Lot 2 - Property Maintenance Contractor - South . * Lot 3 - Property Maintenance Contractor - West.* Lot 1R - Property Maintenance Contractor - North - RESERVE. * Lot 2R - Property Maintenance Contractor - South - RESERVE . * Lot3R - Property Maintenance Contractor - West - RESERVE. . No services will be delivered through the Agreement. On entering into theAgreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts FMCas the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.Schedule 10 of the Agreement details the 'Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimatedthat the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - PS6m - PS8m perannum.. Lot 2 South - PS6m - PS7.5m per annum.. Lot 3 West - PS5m - PS6.5m per annum.. However, the appointment of a Contractor tothe Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provideservices where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will bewholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services andworks delivered through the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the timeof appointment to the Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reservecontract as a Service Provider.. . The Agreement will be available for use by public sector organisations requiring property related servicesin Northern Ireland including:- . . * Government Departments and their Agencies;. * Non-departmental Public Bodies;. * Other ContractingAuthorities . . It is anticipated that most of the services will be in relation to:. . * office estate;. * courts;. * workshops;. * laboratories;. *agricultural facilities;. * colleges and associated sleeping accommodation. * forest facilities;. * storage facilities;. * amenity facilities;. * sportsfacilities;. * historic buildings and monuments; . * business/industrial units . * port facilities; and . * vehicle test centres. The Agreementand associated FMCs will provide property maintenance services as described above and as set out below.. PPM Service Orders willrequire the Service Provider to undertake scheduled visits to service systems and equipment to minimise breakdowns, ensure businesscontinuity, and compliance with relevant statutory, regulatory, and other authoritative requirements, as specified in the Scope. This willinclude scheduled routine inspection, testing, servicing and reporting on the components and systems as set out in S2023 SFG20 Core Custom Schedules.. Remedial Service Orders will require the Service Provider to undertake repairs to buildings or to replace equipmentand systems identified by the Service Provider during a PPM Service Order.. Reactive Service Orders will require the Service Provider toundertake repairs to buildings, equipment, mechanical electrical systems within a defined timescale. Historical data on the nature andvolume of reactive Service Orders in 2022/23 is provided at Annex E. Economic Operators should note that this historical informationdoes not necessarily indicate the level of reactive Service Orders that will be issued as part of this Agreement, but merely provides a broadindicator of potential reactive Service Orders. . . Projects will be instructed in accordance with the terms of the FMC, through the issueof a Project Order. These works relate to building, mechanical, electrical, painting and/or specialist construction works projects to meetspecific client requirements. Project Orders will not normally exceed PS75,000.00 and may also include design services.. .

Renewal: The Agreement will be awarded for a period of up to 4 years. The Agreement shall be appointed, initially for two years with an option to extend the Agreement for two consecutive one year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). The Agreement may be terminated at any time as may be deemed necessary by the Authority.

Lot 2 - Property Maintenance Contractor - South

Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: * Planned Preventative Maintenance (Ppm) Works; * Remedial Maintenance; * Reactive Maintenance; And * Projects Up To A Value Of PS75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients' asset portfolios and current budget constraints. Additional information: Lot 1 - Property Maintenance Contractor - North . The Authority wishesto appoint six Economic Operators EOs to enter into a Pan Government Collaborative Property Maintenance Framework Agreement2024 hereafter referred to as 'the Agreement'. One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. TheAgreement will provide the following property maintenance services to the Northern Ireland Government estate:. * planned preventativemaintenance PPM works;. * remedial maintenance; . * reactive maintenance; and. * projects up to a value of PS75,000, including designservices as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.Document 6 of 7 Affected Property provides details of the geographic areas and associated Government properties. . * Lot 1 - PropertyMaintenance Contractor - North . * Lot 2 - Property Maintenance Contractor - South . * Lot 3 - Property Maintenance Contractor - West.* Lot 1R - Property Maintenance Contractor - North - RESERVE. * Lot 2R - Property Maintenance Contractor - South - RESERVE . * Lot3R - Property Maintenance Contractor - West - RESERVE. . No services will be delivered through the Agreement. On entering into theAgreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts FMCas the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.Schedule 10 of the Agreement details the 'Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimatedthat the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - PS6m - PS8m perannum.. Lot 2 South - PS6m - PS7.5m per annum.. Lot 3 West - PS5m - PS6.5m per annum.. However, the appointment of a Contractor tothe Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provideservices where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will bewholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services andworks delivered through the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the timeof appointment to the Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reservecontract as a Service Provider.. . The Agreement will be available for use by public sector organisations requiring property related servicesin Northern Ireland including:- . . * Government Departments and their Agencies;. * Non-departmental Public Bodies;. * Other ContractingAuthorities . . It is anticipated that most of the services will be in relation to:. . * office estate;. * courts;. * workshops;. * laboratories;. *agricultural facilities;. * colleges and associated sleeping accommodation. * forest facilities;. * storage facilities;. * amenity facilities;. * sportsfacilities;. * historic buildings and monuments; . * business/industrial units . * port facilities; and . * vehicle test centres. The Agreementand associated FMCs will provide property maintenance services as described above and as set out below.. PPM Service Orders willrequire the Service Provider to undertake scheduled visits to service systems and equipment to minimise breakdowns, ensure businesscontinuity, and compliance with relevant statutory, regulatory, and other authoritative requirements, as specified in the Scope. This willinclude scheduled routine inspection, testing, servicing and reporting on the components and systems as set out in S2023 SFG20 Core Custom Schedules.. Remedial Service Orders will require the Service Provider to undertake repairs to buildings or to replace equipmentand systems identified by the Service Provider during a PPM Service Order.. Reactive Service Orders will require the Service Provider toundertake repairs to buildings, equipment, mechanical electrical systems within a defined timescale. Historical data on the nature andvolume of reactive Service Orders in 2022/23 is provided at Annex E. Economic Operators should note that this historical informationdoes not necessarily indicate the level of reactive Service Orders that will be issued as part of this Agreement, but merely provides a broadindicator of potential reactive Service Orders. . . Projects will be instructed in accordance with the terms of the FMC, through the issueof a Project Order. These works relate to building, mechanical, electrical, painting and/or specialist construction works projects to meetspecific client requirements. Project Orders will not normally exceed PS75,000.00 and may also include design services.. .

Renewal: The Agreement will be awarded for a period of up to 4 years. The Agreement shall be appointed, initially for two years with an option to extend the Agreement for two consecutive one year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). The Agreement may be terminated at any time as may be deemed necessary by the Authority

Lot 3 - Property Maintenance Contractor - West

Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: * Planned Preventative Maintenance (Ppm) Works; * Remedial Maintenance; * Reactive Maintenance; And * Projects Up To A Value Of PS75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients' asset portfolios and current budget constraints. Additional information: Lot 1 - Property Maintenance Contractor - North . The Authority wishesto appoint six Economic Operators EOs to enter into a Pan Government Collaborative Property Maintenance Framework Agreement2024 hereafter referred to as 'the Agreement'. One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. TheAgreement will provide the following property maintenance services to the Northern Ireland Government estate:. * planned preventativemaintenance PPM works;. * remedial maintenance; . * reactive maintenance; and. * projects up to a value of PS75,000, including designservices as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.Document 6 of 7 Affected Property provides details of the geographic areas and associated Government properties. . * Lot 1 - PropertyMaintenance Contractor - North . * Lot 2 - Property Maintenance Contractor - South . * Lot 3 - Property Maintenance Contractor - West.* Lot 1R - Property Maintenance Contractor - North - RESERVE. * Lot 2R - Property Maintenance Contractor - South - RESERVE . * Lot3R - Property Maintenance Contractor - West - RESERVE. . No services will be delivered through the Agreement. On entering into theAgreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts FMCas the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.Schedule 10 of the Agreement details the 'Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - PS6m - PS8m perannum.. Lot 2 South - PS6m - PS7.5m per annum.. Lot 3 West - PS5m - PS6.5m per annum.. However, the appointment of a Contractor tothe Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provideservices where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will bewholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services andworks delivered through the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the timeof appointment to the Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reservecontract as a Service Provider.. . The Agreement will be available for use by public sector organisations requiring property related servicesin Northern Ireland including:- . . * Government Departments and their Agencies;. * Non-departmental Public Bodies;. * Other ContractingAuthorities . . It is anticipated that most of the services will be in relation to:. . * office estate;. * courts;. * workshops;. * laboratories;. *agricultural facilities;. * colleges and associated sleeping accommodation. * forest facilities;. * storage facilities;. * amenity facilities;. * sportsfacilities;. * historic buildings and monuments; . * business/industrial units . * port facilities; and . * vehicle test centres. The Agreementand associated FMCs will provide property maintenance services as described above and as set out below.. PPM Service Orders willrequire the Service Provider to undertake scheduled visits to service systems and equipment to minimise breakdowns, ensure businesscontinuity, and compliance with relevant statutory, regulatory, and other authoritative requirements, as specified in the Scope. This willinclude scheduled routine inspection, testing, servicing and reporting on the components and systems as set out in S2023 SFG20 Core Custom Schedules.. Remedial Service Orders will require the Service Provider to undertake repairs to buildings or to replace equipmentand systems identified by the Service Provider during a PPM Service Order.. Reactive Service Orders will require the Service Provider toundertake repairs to buildings, equipment, mechanical electrical systems within a defined timescale. Historical data on the nature andvolume of reactive Service Orders in 2022/23 is provided at Annex E. Economic Operators should note that this historical informationdoes not necessarily indicate the level of reactive Service Orders that will be issued as part of this Agreement, but merely provides a broadindicator of potential reactive Service Orders. . . Projects will be instructed in accordance with the terms of the FMC, through the issueof a Project Order. These works relate to building, mechanical, electrical, painting and/or specialist construction works projects to meetspecific client requirements. Project Orders will not normally exceed PS75,000.00 and may also include design services.. .

Renewal: The Agreement will be awarded for a period of up to 4 years. The Agreement shall be appointed, initially for two years with an option to extend the Agreement for two consecutive one year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). The Agreement may be terminated at any time as may be deemed necessary by the Authority.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03a50e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/039145-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

45300000 - Building installation work

45310000 - Electrical installation work

45351000 - Mechanical engineering installation works

45453100 - Refurbishment work

Notice Value(s)

Tender Value
£88,000,000 £10M-£100M
Lots Value
£88,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£70,682,605 £10M-£100M

Notice Dates

Publication Date
5 Dec 20241 years ago
Submission Deadline
11 Sep 2023Expired
Future Notice Date
2 Apr 2023Expired
Award Date
14 May 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF FINANCE NORTHERN IRELAND, CONSTRUCTION AND PROCUREMENT DELIVERY
Additional Buyers

DEPARTMENT OF FINANCE, CONSTRUCTION AND PROCUREMENT DELIVERY

Contact Name
CPD Procurement Operations Branch, FAO PROCURMENT OPERATIONS BRANCH
Contact Email
construct.info@finance-ni.gov.uk
Contact Phone
+44 2890816555

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
4
Supplier Names

C H C GROUP

GRAHAM ASSET MANAGEMENT

H J MARTIN

IRWIN ME

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03a50e-2024-12-05T06:44:01Z",
    "date": "2024-12-05T06:44:01Z",
    "ocid": "ocds-h6vhtk-03a50e",
    "description": "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 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..",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03a50e",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DOF 4865439 PAN GOVERNMENT PROPERTY MAINTENANCE FRAMEWORK 2024",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: * Planned Preventative Maintenance (Ppm) Works; * Remedial Maintenance; * Reactive Maintenance; And * Projects Up To A Value Of PS75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients' asset portfolios and current budget constraints.",
        "value": {
            "amount": 88000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 3,
            "awardCriteriaDetails": "1. Lot 1 - Property Maintenance Contractor - North 2. Lot 2 - Property Maintenance Contractor - South 3. Lot 3 - Property Maintenance Contractor - West 4. Lot 1R - Property Maintenance Contractor - North - RESERVE 5. Lot 2R - Property Maintenance Contractor - South - RESERVE 6. Lot 3R - Property Maintenance Contractor - West - RESERVE"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Property Maintenance Contractor - North",
                "description": "Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: * Planned Preventative Maintenance (Ppm) Works; * Remedial Maintenance; * Reactive Maintenance; And * Projects Up To A Value Of PS75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients' asset portfolios and current budget constraints. Additional information: Lot 1 - Property Maintenance Contractor - North . The Authority wishesto appoint six Economic Operators EOs to enter into a Pan Government Collaborative Property Maintenance Framework Agreement2024 hereafter referred to as 'the Agreement'. One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. TheAgreement will provide the following property maintenance services to the Northern Ireland Government estate:. * planned preventativemaintenance PPM works;. * remedial maintenance; . * reactive maintenance; and. * projects up to a value of PS75,000, including designservices as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.Document 6 of 7 Affected Property provides details of the geographic areas and associated Government properties. . * Lot 1 - PropertyMaintenance Contractor - North . * Lot 2 - Property Maintenance Contractor - South . * Lot 3 - Property Maintenance Contractor - West.* Lot 1R - Property Maintenance Contractor - North - RESERVE. * Lot 2R - Property Maintenance Contractor - South - RESERVE . * Lot3R - Property Maintenance Contractor - West - RESERVE. . No services will be delivered through the Agreement. On entering into theAgreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts FMCas the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.Schedule 10 of the Agreement details the 'Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimatedthat the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - PS6m - PS8m perannum.. Lot 2 South - PS6m - PS7.5m per annum.. Lot 3 West - PS5m - PS6.5m per annum.. However, the appointment of a Contractor tothe Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provideservices where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will bewholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services andworks delivered through the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the timeof appointment to the Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reservecontract as a Service Provider.. . The Agreement will be available for use by public sector organisations requiring property related servicesin Northern Ireland including:- . . * Government Departments and their Agencies;. * Non-departmental Public Bodies;. * Other ContractingAuthorities . . It is anticipated that most of the services will be in relation to:. . * office estate;. * courts;. * workshops;. * laboratories;. *agricultural facilities;. * colleges and associated sleeping accommodation. * forest facilities;. * storage facilities;. * amenity facilities;. * sportsfacilities;. * historic buildings and monuments; . * business/industrial units . * port facilities; and . * vehicle test centres. The Agreementand associated FMCs will provide property maintenance services as described above and as set out below.. PPM Service Orders willrequire the Service Provider to undertake scheduled visits to service systems and equipment to minimise breakdowns, ensure businesscontinuity, and compliance with relevant statutory, regulatory, and other authoritative requirements, as specified in the Scope. This willinclude scheduled routine inspection, testing, servicing and reporting on the components and systems as set out in S2023 SFG20 Core Custom Schedules.. Remedial Service Orders will require the Service Provider to undertake repairs to buildings or to replace equipmentand systems identified by the Service Provider during a PPM Service Order.. Reactive Service Orders will require the Service Provider toundertake repairs to buildings, equipment, mechanical electrical systems within a defined timescale. Historical data on the nature andvolume of reactive Service Orders in 2022/23 is provided at Annex E. Economic Operators should note that this historical informationdoes not necessarily indicate the level of reactive Service Orders that will be issued as part of this Agreement, but merely provides a broadindicator of potential reactive Service Orders. . . Projects will be instructed in accordance with the terms of the FMC, through the issueof a Project Order. These works relate to building, mechanical, electrical, painting and/or specialist construction works projects to meetspecific client requirements. Project Orders will not normally exceed PS75,000.00 and may also include design services.. .",
                "status": "cancelled",
                "value": {
                    "amount": 32000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Agreement will be awarded for a period of up to 4 years. The Agreement shall be appointed, initially for two years with an option to extend the Agreement for two consecutive one year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). The Agreement may be terminated at any time as may be deemed necessary by the Authority."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality 60 Social Value 10",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Property Maintenance Contractor - South",
                "description": "Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: * Planned Preventative Maintenance (Ppm) Works; * Remedial Maintenance; * Reactive Maintenance; And * Projects Up To A Value Of PS75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients' asset portfolios and current budget constraints. Additional information: Lot 1 - Property Maintenance Contractor - North . The Authority wishesto appoint six Economic Operators EOs to enter into a Pan Government Collaborative Property Maintenance Framework Agreement2024 hereafter referred to as 'the Agreement'. One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. TheAgreement will provide the following property maintenance services to the Northern Ireland Government estate:. * planned preventativemaintenance PPM works;. * remedial maintenance; . * reactive maintenance; and. * projects up to a value of PS75,000, including designservices as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.Document 6 of 7 Affected Property provides details of the geographic areas and associated Government properties. . * Lot 1 - PropertyMaintenance Contractor - North . * Lot 2 - Property Maintenance Contractor - South . * Lot 3 - Property Maintenance Contractor - West.* Lot 1R - Property Maintenance Contractor - North - RESERVE. * Lot 2R - Property Maintenance Contractor - South - RESERVE . * Lot3R - Property Maintenance Contractor - West - RESERVE. . No services will be delivered through the Agreement. On entering into theAgreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts FMCas the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.Schedule 10 of the Agreement details the 'Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimatedthat the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - PS6m - PS8m perannum.. Lot 2 South - PS6m - PS7.5m per annum.. Lot 3 West - PS5m - PS6.5m per annum.. However, the appointment of a Contractor tothe Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provideservices where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will bewholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services andworks delivered through the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the timeof appointment to the Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reservecontract as a Service Provider.. . The Agreement will be available for use by public sector organisations requiring property related servicesin Northern Ireland including:- . . * Government Departments and their Agencies;. * Non-departmental Public Bodies;. * Other ContractingAuthorities . . It is anticipated that most of the services will be in relation to:. . * office estate;. * courts;. * workshops;. * laboratories;. *agricultural facilities;. * colleges and associated sleeping accommodation. * forest facilities;. * storage facilities;. * amenity facilities;. * sportsfacilities;. * historic buildings and monuments; . * business/industrial units . * port facilities; and . * vehicle test centres. The Agreementand associated FMCs will provide property maintenance services as described above and as set out below.. PPM Service Orders willrequire the Service Provider to undertake scheduled visits to service systems and equipment to minimise breakdowns, ensure businesscontinuity, and compliance with relevant statutory, regulatory, and other authoritative requirements, as specified in the Scope. This willinclude scheduled routine inspection, testing, servicing and reporting on the components and systems as set out in S2023 SFG20 Core Custom Schedules.. Remedial Service Orders will require the Service Provider to undertake repairs to buildings or to replace equipmentand systems identified by the Service Provider during a PPM Service Order.. Reactive Service Orders will require the Service Provider toundertake repairs to buildings, equipment, mechanical electrical systems within a defined timescale. Historical data on the nature andvolume of reactive Service Orders in 2022/23 is provided at Annex E. Economic Operators should note that this historical informationdoes not necessarily indicate the level of reactive Service Orders that will be issued as part of this Agreement, but merely provides a broadindicator of potential reactive Service Orders. . . Projects will be instructed in accordance with the terms of the FMC, through the issueof a Project Order. These works relate to building, mechanical, electrical, painting and/or specialist construction works projects to meetspecific client requirements. Project Orders will not normally exceed PS75,000.00 and may also include design services.. .",
                "status": "cancelled",
                "value": {
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Agreement will be awarded for a period of up to 4 years. The Agreement shall be appointed, initially for two years with an option to extend the Agreement for two consecutive one year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). The Agreement may be terminated at any time as may be deemed necessary by the Authority"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality 60 Social Value 10",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Property Maintenance Contractor - West",
                "description": "Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: * Planned Preventative Maintenance (Ppm) Works; * Remedial Maintenance; * Reactive Maintenance; And * Projects Up To A Value Of PS75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients' asset portfolios and current budget constraints. Additional information: Lot 1 - Property Maintenance Contractor - North . The Authority wishesto appoint six Economic Operators EOs to enter into a Pan Government Collaborative Property Maintenance Framework Agreement2024 hereafter referred to as 'the Agreement'. One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. TheAgreement will provide the following property maintenance services to the Northern Ireland Government estate:. * planned preventativemaintenance PPM works;. * remedial maintenance; . * reactive maintenance; and. * projects up to a value of PS75,000, including designservices as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.Document 6 of 7 Affected Property provides details of the geographic areas and associated Government properties. . * Lot 1 - PropertyMaintenance Contractor - North . * Lot 2 - Property Maintenance Contractor - South . * Lot 3 - Property Maintenance Contractor - West.* Lot 1R - Property Maintenance Contractor - North - RESERVE. * Lot 2R - Property Maintenance Contractor - South - RESERVE . * Lot3R - Property Maintenance Contractor - West - RESERVE. . No services will be delivered through the Agreement. On entering into theAgreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts FMCas the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.Schedule 10 of the Agreement details the 'Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - PS6m - PS8m perannum.. Lot 2 South - PS6m - PS7.5m per annum.. Lot 3 West - PS5m - PS6.5m per annum.. However, the appointment of a Contractor tothe Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provideservices where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will bewholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services andworks delivered through the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the timeof appointment to the Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reservecontract as a Service Provider.. . The Agreement will be available for use by public sector organisations requiring property related servicesin Northern Ireland including:- . . * Government Departments and their Agencies;. * Non-departmental Public Bodies;. * Other ContractingAuthorities . . It is anticipated that most of the services will be in relation to:. . * office estate;. * courts;. * workshops;. * laboratories;. *agricultural facilities;. * colleges and associated sleeping accommodation. * forest facilities;. * storage facilities;. * amenity facilities;. * sportsfacilities;. * historic buildings and monuments; . * business/industrial units . * port facilities; and . * vehicle test centres. The Agreementand associated FMCs will provide property maintenance services as described above and as set out below.. PPM Service Orders willrequire the Service Provider to undertake scheduled visits to service systems and equipment to minimise breakdowns, ensure businesscontinuity, and compliance with relevant statutory, regulatory, and other authoritative requirements, as specified in the Scope. This willinclude scheduled routine inspection, testing, servicing and reporting on the components and systems as set out in S2023 SFG20 Core Custom Schedules.. Remedial Service Orders will require the Service Provider to undertake repairs to buildings or to replace equipmentand systems identified by the Service Provider during a PPM Service Order.. Reactive Service Orders will require the Service Provider toundertake repairs to buildings, equipment, mechanical electrical systems within a defined timescale. Historical data on the nature andvolume of reactive Service Orders in 2022/23 is provided at Annex E. Economic Operators should note that this historical informationdoes not necessarily indicate the level of reactive Service Orders that will be issued as part of this Agreement, but merely provides a broadindicator of potential reactive Service Orders. . . Projects will be instructed in accordance with the terms of the FMC, through the issueof a Project Order. These works relate to building, mechanical, electrical, painting and/or specialist construction works projects to meetspecific client requirements. Project Orders will not normally exceed PS75,000.00 and may also include design services.. .",
                "status": "cancelled",
                "value": {
                    "amount": 26000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Agreement will be awarded for a period of up to 4 years. The Agreement shall be appointed, initially for two years with an option to extend the Agreement for two consecutive one year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). The Agreement may be terminated at any time as may be deemed necessary by the Authority."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality 60 Social Value 10",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland - North Region"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland - South. Region"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland - West. Region"
                },
                "relatedLot": "3"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-04-03T00:00:00+01:00",
            "atypicalToolUrl": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4865439"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4865439",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In order for a Contractor 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 Tender Package Documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The Economic Operators' performance on this Contract 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 Procurement Guidance Note PGN 01/12 - Contract Management Principles and Procedures. . https://www.finance-ni.gov.uk/. publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. . If an Economic Operator has received. more than one 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 the. Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively A. list. of bodies subject. to Northern Ireland Public Procurement Policy can be viewed at https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-publicprocurement-. policy-applies ."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "tenderPeriod": {
            "endDate": "2023-09-11T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-09-11T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2023-09-11T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2023-09-11T15:30:00+01:00",
            "address": {
                "streetAddress": "via CPDs eTendersNI Tender Procurement Portal"
            },
            "description": "Tenders will be opened by the appropriate numbers of staff of CPD's. Procurement Operations Branch"
        },
        "hasRecurrence": false,
        "reviewDetails": "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)..",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "classifications": [
                                {
                                    "scheme": "CPV",
                                    "id": "50700000",
                                    "description": "Repair and maintenance services of building installations"
                                }
                            ]
                        },
                        "where": {
                            "section": "II.2.2)"
                        },
                        "relatedLot": "All"
                    },
                    {
                        "newValue": {
                            "text": "The framework may potentially be used by any of the organisations included within the following list List of participants and potential participants - PMF 2024 v2_0.pdf (finance-ni.gov.uk)"
                        },
                        "where": {
                            "section": "II.1.4)"
                        },
                        "relatedLot": "All"
                    },
                    {
                        "oldValue": {
                            "text": "The Economic Operators' performance on this Contract 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 Procurement Guidance Note PGN 01/12 - Contract Management Principles and Procedures. . https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. . If an Economic Operator has received. more than one 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 the. Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively A. list. of bodies subject. to Northern Ireland Public Procurement Policy can be viewed at https://www.finance-ni.gov.uk/articles/list-public-bodies-which-nipublicprocurement-. policy-applies ."
                        },
                        "newValue": {
                            "text": "The Economic Operators' performance on this Contract will be regularly monitored as part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Supplier Poor Performance (Annex K) contained in the Construction Toolkit Construction Toolkit (finance-ni.gov.uk). If an Economic Operator has received more than one 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 the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively."
                        },
                        "where": {
                            "section": "III.2.2)"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The framework may potentially be used by any of the organisations included within the following list List of participants and potential participants - PMF 2024 v2_0.pdf (finance-ni.gov.uk)"
                        },
                        "newValue": {
                            "text": "Framework Agreement for the provision of construction related property maintenance services. It is proposed that the Framework will contain Lots. It is anticipated that the overall volume and value of work that will be procured through the proposed new framework will be broadly comparable to the existing framework, with demand being wholly dependent on Clients' asset portfolios and budgets. The framework may potentially be used by any of the organisations included within the following list https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/List%20of%20participants%20and%20potential%20participants%20-%20PMF%202024%20v2_0.pdf"
                        },
                        "where": {
                            "section": "II.1.4)"
                        },
                        "relatedLot": "All"
                    }
                ],
                "description": "Amendment of link not working in section II.1.4 List of participants and potential participants https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/List%20of%20participants%20and%20potential%20participants%20-%20PMF%202024%20v2_0.pdf"
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-09-11T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-18T15:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "Time limit for receipt of tenders or requests to participate change to 18th September 20230 at 3pm."
                        }
                    }
                ],
                "description": "Extension of time to provide 1 week. Tender Receipt date changed to 18th September 2023 at 3pm."
            },
            {
                "id": "4",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-09-18T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-21T15:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "IV.2.2) Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ],
                "description": "Change of Tender Receipt date from 18th September to 21st September 2023 at 3pm."
            },
            {
                "id": "5",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-09-21T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-25T15:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-75130",
            "name": "Department of Finance, Construction and Procurement Delivery",
            "identifier": {
                "legalName": "Department of Finance, Construction and Procurement Delivery"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "CPD Procurement Operations Branch",
                "telephone": "+44 2890816555",
                "email": "Construct.Info@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "The contracting authority is purchasing on behalf of other contracting authorities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-85669",
            "name": "Department of Finance Northern Ireland, Construction and Procurement Delivery",
            "identifier": {
                "legalName": "Department of Finance Northern Ireland, Construction and Procurement Delivery"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "FAO PROCURMENT OPERATIONS BRANCH",
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4865439"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "The Contracting Authority is purchasing for other contracting authorities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-85670",
            "name": "Department of Finance, Central Procurement Directorate Procurement Operations Branch",
            "identifier": {
                "legalName": "Department of Finance, Central Procurement Directorate Procurement Operations Branch"
            },
            "address": {
                "streetAddress": "Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West",
                "locality": "BELFAST",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/contact"
            }
        },
        {
            "id": "GB-FTS-24937",
            "name": "IRWIN ME LTD",
            "identifier": {
                "legalName": "IRWIN ME LTD"
            },
            "address": {
                "streetAddress": "Unit 4 Diviny Drive",
                "locality": "CRAIGAVON",
                "region": "UK",
                "postalCode": "BT63 5WE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "adam.robinson@irwinelectrical.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-131756",
            "name": "C H C GROUP LTD",
            "identifier": {
                "legalName": "C H C GROUP LTD"
            },
            "address": {
                "streetAddress": "Unit 33 Seagoe Industrial Area",
                "locality": "CRAIGAVON",
                "region": "UK",
                "postalCode": "BT63 5QD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "B.regan@chcltd.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-431",
            "name": "H J MARTIN LTD",
            "identifier": {
                "legalName": "H J MARTIN LTD"
            },
            "address": {
                "streetAddress": "ROSEMOUNT HOUSE",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9HA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "john.mcconnell@hjmartin.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-24938",
            "name": "GRAHAM ASSET MANAGEMENT LTD",
            "identifier": {
                "legalName": "GRAHAM ASSET MANAGEMENT LTD"
            },
            "address": {
                "streetAddress": "5 BALLYGOWAN ROAD",
                "locality": "HILLSBOROUGH",
                "region": "UK",
                "postalCode": "BT26 6HX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "carla.montgomery@graham.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-131983",
            "name": "GRAHAM ASSET MANAGEMENT",
            "identifier": {
                "legalName": "GRAHAM ASSET MANAGEMENT"
            },
            "address": {
                "streetAddress": "5 BALLYGOWAN ROAD",
                "locality": "HILLSBOROUGH",
                "region": "UKN0",
                "postalCode": "BT26 6HX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "carla.montgomery@graham.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-40251",
            "name": "Department of Finance, Construction and Procurement Delivery, Procurement Operations Branch",
            "identifier": {
                "legalName": "Department of Finance, Construction and Procurement Delivery, Procurement Operations Branch"
            },
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/contact"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-85669",
        "name": "Department of Finance Northern Ireland, Construction and Procurement Delivery"
    },
    "language": "en",
    "awards": [
        {
            "id": "039145-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Property Maintenance Contractor - North",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-24937",
                    "name": "IRWIN ME LTD"
                },
                {
                    "id": "GB-FTS-24938",
                    "name": "GRAHAM ASSET MANAGEMENT LTD"
                }
            ]
        },
        {
            "id": "039145-2024-2-2",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Property Maintenance Contractor - South",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-131756",
                    "name": "C H C GROUP LTD"
                },
                {
                    "id": "GB-FTS-131983",
                    "name": "GRAHAM ASSET MANAGEMENT"
                }
            ]
        },
        {
            "id": "039145-2024-3-3",
            "relatedLots": [
                "3"
            ],
            "title": "Lot 3 - Property Maintenance Contractor - West",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-431",
                    "name": "H J MARTIN LTD"
                },
                {
                    "id": "GB-FTS-24938",
                    "name": "GRAHAM ASSET MANAGEMENT LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "039145-2024-1-1",
            "awardID": "039145-2024-1-1",
            "title": "Lot 1 - Property Maintenance Contractor - North",
            "status": "active",
            "value": {
                "amount": 25812046.66,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-15T00:00:00+01:00"
        },
        {
            "id": "039145-2024-2-2",
            "awardID": "039145-2024-2-2",
            "title": "Lot 2 - Property Maintenance Contractor - South",
            "status": "active",
            "value": {
                "amount": 24683324.79,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-15T00:00:00+01:00"
        },
        {
            "id": "039145-2024-3-3",
            "awardID": "039145-2024-3-3",
            "title": "Lot 3 - Property Maintenance Contractor - West",
            "status": "active",
            "value": {
                "amount": 20187235.35,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-15T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "3",
                "value": 7
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 2
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 7
            }
        ]
    }
}