Tender

DoF 5055724 - Pan Government Small Works Framework 2024

CPD - CONSTRUCTION DIVISION

This public procurement record has 4 releases in its history.

TenderUpdate

31 Jan 2024 at 16:26

TenderUpdate

19 Jan 2024 at 14:37

TenderUpdate

09 Jan 2024 at 11:39

Tender

17 Nov 2023 at 09:43

Summary of the contracting process

The CPD - Construction Division has issued a tender for the "DoF 5055724 - Pan Government Small Works Framework 2024." This framework agreement aims to provide small works to the Northern Ireland Government Estate, including building construction work such as new building construction, refurbishment, repairs, and installations. The agreement is structured into four lots across Northern Ireland - North, South, West, and Reserve. The submission deadline for this tender is 18th January 2024, with a contract period lasting up to 4 years.

This tender presents business growth opportunities for contractors specializing in building construction works in Northern Ireland. Companies involved in construction, mechanical and electrical works, and building services systems are well-suited to compete for this opportunity. The appointment of contractors does not guarantee future workload but signifies an intention to utilise appointed contractors for services. It is essential for interested businesses to follow the e-procurement portal provided for submission and adhere to the outlined submission terms.

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 5055724 - Pan Government Small Works Framework 2024

Notice Description

Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints.

Lot Information

Small Works North

Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints. Additional information: . The Authority wishes to appoint four Economic Operators (EOs), to enter into a Pan Government Small Works Framework 2024 (SWF2024) (hereafter referred to as 'the Agreement'). . The Authority intends to appoint four Integrated Supply Teams (ISTs) to the Agreement, (which includes a reserve IST) to the geographic areas of Northern Ireland as listed below. A map of the geographical areas is included in the procurement documents. . * Lot 1 - Small Works - North. * Lot 2 - Small Works - South. * Lot 3 - Small Works - West. * Lot 4 - Small Works - All NI - Reserve (for Lots 1-3 areas). The Agreement will provide the delivery of small new and refurbishment construction works projects not normally exceeding an estimated cost of PS500,000 (whilst there is no lower limit, works will not normally be less than PS75,000). This may include the provision of building, mechanical and electrical works and all associated specialist subcontracts.. The work may involve: . * Construction of new buildings and extensions; . * Refurbishment of existing buildings;. * Building repairs;. * Installation of new building services systems; and . * Replacement of building services installations. Many business areas such as Health Trusts, the Education Authority and Colleges already have their own small works construction frameworks in place so it is anticipated that most of the services will be in relation to:. * office estate;. * courts;. * Agricultural, Food & Rural Enterprise colleges;. * libraries;. * workshops;. * laboratories;. * forest facilities;. * storage facilities;. * amenity facilities;. * sports facilities;. * historic buildings and monuments; and. * business/industrial units.. In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the Agreement will deliver measurable social value outcomes. Schedule 9 of the Agreement details the Social Value requirements. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: Lot 1 North - PS2.5m - PS3m per annum.. Lot 2 South - PS2.5m - PS3m per annum.. Lot 3 West - PS3m - PS4m per annum.. Lot 4 Reserve - PS1m per annum.. .. However, 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 ECSC and NEC4 ECC contracts will be wholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 contracts. . The Agreement will be available for use by public sector organisations requiring property related services in Northern Ireland . The list of public bodies can be found at https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks

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).

Small Works South

Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints. Additional information: The Authority wishes to appoint four Economic Operators (EOs), to enter into a Pan Government Small Works Framework 2024 (SWF2024) (hereafter referred to as 'the Agreement'). . The Authority intends to appoint four Integrated Supply Teams (ISTs) to the Agreement, (which includes a reserve IST) to the geographic areas of Northern Ireland as listed below. A map of the geographical areas is included in the procurement documents. . * Lot 1 - Small Works - North. * Lot 2 - Small Works - South. * Lot 3 - Small Works - West. * Lot 4 - Small Works - All NI - Reserve (for Lots 1-3 areas). The Agreement will provide the delivery of small new and refurbishment construction works projects not normally exceeding an estimated cost of PS500,000 (whilst there is no lower limit, works will not normally be less than PS75,000). This may include the provision of building, mechanical and electrical works and all associated specialist subcontracts.. The work may involve: . * Construction of new buildings and extensions; . * Refurbishment of existing buildings;. * Building repairs;. * Installation of new building services systems; and . * Replacement of building services installations. Many business areas such as Health Trusts, the Education Authority and Colleges already have their own small works construction frameworks in place so it is anticipated that most of the services will be in relation to:. * office estate;. * courts;. * Agricultural, Food & Rural Enterprise colleges;. * libraries;. * workshops;. * laboratories;. * forest facilities;. * storage facilities;. * amenity facilities;. * sports facilities;. * historic buildings and monuments; and. * business/industrial units.. In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the Agreement will deliver measurable social value outcomes. Schedule 9 of the Agreement details the Social Value requirements. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: Lot 1 North - PS2.5m - PS3m per annum.. Lot 2 South - PS2.5m - PS3m per annum.. Lot 3 West - PS3m - PS4m per annum.. Lot 4 Reserve - PS1m per annum.. .. However, 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 ECSC and NEC4 ECC contracts will be wholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 contracts. . The AgThe list of public bodies can be found at https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks

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).

Small Works West

Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints. Additional information: The Authority wishes to appoint four Economic Operators (EOs), to enter into a Pan Government Small Works Framework 2024 (SWF2024) (hereafter referred to as 'the Agreement'). . The Authority intends to appoint four Integrated Supply Teams (ISTs) to the Agreement, (which includes a reserve IST) to the geographic areas of Northern Ireland as listed below. A map of the geographical areas is included in the procurement documents. . * Lot 1 - Small Works - North. * Lot 2 - Small Works - South. * Lot 3 - Small Works - West. * Lot 4 - Small Works - All NI - Reserve (for Lots 1-3 areas). The Agreement will provide the delivery of small new and refurbishment construction works projects not normally exceeding an estimated cost of PS500,000 (whilst there is no lower limit, works will not normally be less than PS75,000). This may include the provision of building, mechanical and electrical works and all associated specialist subcontracts.. The work may involve: . * Construction of new buildings and extensions; . * Refurbishment of existing buildings;. * Building repairs;. * Installation of new building services systems; and . * Replacement of building services installations. Many business areas such as Health Trusts, the Education Authority and Colleges already have their own small works construction frameworks in place so it is anticipated that most of the services will be in relation to:. * office estate;. * courts;. * Agricultural, Food & Rural Enterprise colleges;. * libraries;. * workshops;. * laboratories;. * forest facilities;. * storage facilities;. * amenity facilities;. * sports facilities;. * historic buildings and monuments; and. * business/industrial units.. In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the Agreement will deliver measurable social value outcomes. Schedule 9 of the Agreement details the Social Value requirements. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: Lot 1 North - PS2.5m - PS3m per annum.. Lot 2 South - PS2.5m - PS3m per annum.. Lot 3 West - PS3m - PS4m per annum.. Lot 4 Reserve - PS1m per annum.. .. However, 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 ECSC and NEC4 ECC contracts will be wholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 contracts . The list of public bodies can be found at https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks

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).

All NI (Reserve)

Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints. Additional information: The Authority wishes to appoint four Economic Operators (EOs), to enter into a Pan Government Small Works Framework 2024 (SWF2024) (hereafter referred to as 'the Agreement'). . The Authority intends to appoint four Integrated Supply Teams (ISTs) to the Agreement, (which includes a reserve IST) to the geographic areas of Northern Ireland as listed below. A map of the geographical areas is included in the procurement documents. . * Lot 1 - Small Works - North. * Lot 2 - Small Works - South. * Lot 3 - Small Works - West. * Lot 4 - Small Works - All NI - Reserve (for Lots 1-3 areas). The Agreement will provide the delivery of small new and refurbishment construction works projects not normally exceeding an estimated cost of PS500,000 (whilst there is no lower limit, works will not normally be less than PS75,000). This may include the provision of building, mechanical and electrical works and all associated specialist subcontracts.. The work may involve: . * Construction of new buildings and extensions; . * Refurbishment of existing buildings;. * Building repairs;. * Installation of new building services systems; and . * Replacement of building services installations. Many business areas such as Health Trusts, the Education Authority and Colleges already have their own small works construction frameworks in place so it is anticipated that most of the services will be in relation to:. * office estate;. * courts;. * Agricultural, Food & Rural Enterprise colleges;. * libraries;. * workshops;. * laboratories;. * forest facilities;. * storage facilities;. * amenity facilities;. * sports facilities;. * historic buildings and monuments; and. * business/industrial units.. In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the Agreement will deliver measurable social value outcomes. Schedule 9 of the Agreement details the Social Value requirements. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: Lot 1 North - PS2.5m - PS3m per annum.. Lot 2 South - PS2.5m - PS3m per annum.. Lot 3 West - PS3m - PS4m per annum.. Lot 4 Reserve - PS1m per annum.. .. However, 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 ECSC and NEC4 ECC contracts will be wholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 contracts. . The Agreement will be available for use by public sector organisations requiring property related services in Northern Ireland . The list of public bodies can be found at https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks

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).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-041aae
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003263-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

Notice Value(s)

Tender Value
£48,000,000 £10M-£100M
Lots Value
£44,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Jan 20242 years ago
Submission Deadline
18 Jan 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CPD - CONSTRUCTION DIVISION
Contact Name
construct.infofinance-ni.gov.uk
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
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

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-041aae-2024-01-31T16:26:47Z",
    "date": "2024-01-31T16:26:47Z",
    "ocid": "ocds-h6vhtk-041aae",
    "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-041aae",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoF 5055724 - Pan Government Small Works Framework 2024",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints.",
        "value": {
            "amount": 48000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1
        },
        "lots": [
            {
                "id": "1",
                "title": "Small Works North",
                "description": "Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints. Additional information: . The Authority wishes to appoint four Economic Operators (EOs), to enter into a Pan Government Small Works Framework 2024 (SWF2024) (hereafter referred to as 'the Agreement'). . The Authority intends to appoint four Integrated Supply Teams (ISTs) to the Agreement, (which includes a reserve IST) to the geographic areas of Northern Ireland as listed below. A map of the geographical areas is included in the procurement documents. . * Lot 1 - Small Works - North. * Lot 2 - Small Works - South. * Lot 3 - Small Works - West. * Lot 4 - Small Works - All NI - Reserve (for Lots 1-3 areas). The Agreement will provide the delivery of small new and refurbishment construction works projects not normally exceeding an estimated cost of PS500,000 (whilst there is no lower limit, works will not normally be less than PS75,000). This may include the provision of building, mechanical and electrical works and all associated specialist subcontracts.. The work may involve: . * Construction of new buildings and extensions; . * Refurbishment of existing buildings;. * Building repairs;. * Installation of new building services systems; and . * Replacement of building services installations. Many business areas such as Health Trusts, the Education Authority and Colleges already have their own small works construction frameworks in place so it is anticipated that most of the services will be in relation to:. * office estate;. * courts;. * Agricultural, Food & Rural Enterprise colleges;. * libraries;. * workshops;. * laboratories;. * forest facilities;. * storage facilities;. * amenity facilities;. * sports facilities;. * historic buildings and monuments; and. * business/industrial units.. In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the Agreement will deliver measurable social value outcomes. Schedule 9 of the Agreement details the Social Value requirements. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: Lot 1 North - PS2.5m - PS3m per annum.. Lot 2 South - PS2.5m - PS3m per annum.. Lot 3 West - PS3m - PS4m per annum.. Lot 4 Reserve - PS1m per annum.. .. However, 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 ECSC and NEC4 ECC contracts will be wholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 contracts. . The Agreement will be available for use by public sector organisations requiring property related services in Northern Ireland . The list of public bodies can be found at https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks",
                "value": {
                    "amount": 12000000,
                    "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)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Small Works South",
                "description": "Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints. Additional information: The Authority wishes to appoint four Economic Operators (EOs), to enter into a Pan Government Small Works Framework 2024 (SWF2024) (hereafter referred to as 'the Agreement'). . The Authority intends to appoint four Integrated Supply Teams (ISTs) to the Agreement, (which includes a reserve IST) to the geographic areas of Northern Ireland as listed below. A map of the geographical areas is included in the procurement documents. . * Lot 1 - Small Works - North. * Lot 2 - Small Works - South. * Lot 3 - Small Works - West. * Lot 4 - Small Works - All NI - Reserve (for Lots 1-3 areas). The Agreement will provide the delivery of small new and refurbishment construction works projects not normally exceeding an estimated cost of PS500,000 (whilst there is no lower limit, works will not normally be less than PS75,000). This may include the provision of building, mechanical and electrical works and all associated specialist subcontracts.. The work may involve: . * Construction of new buildings and extensions; . * Refurbishment of existing buildings;. * Building repairs;. * Installation of new building services systems; and . * Replacement of building services installations. Many business areas such as Health Trusts, the Education Authority and Colleges already have their own small works construction frameworks in place so it is anticipated that most of the services will be in relation to:. * office estate;. * courts;. * Agricultural, Food & Rural Enterprise colleges;. * libraries;. * workshops;. * laboratories;. * forest facilities;. * storage facilities;. * amenity facilities;. * sports facilities;. * historic buildings and monuments; and. * business/industrial units.. In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the Agreement will deliver measurable social value outcomes. Schedule 9 of the Agreement details the Social Value requirements. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: Lot 1 North - PS2.5m - PS3m per annum.. Lot 2 South - PS2.5m - PS3m per annum.. Lot 3 West - PS3m - PS4m per annum.. Lot 4 Reserve - PS1m per annum.. .. However, 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 ECSC and NEC4 ECC contracts will be wholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 contracts. . The AgThe list of public bodies can be found at https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks",
                "value": {
                    "amount": 12000000,
                    "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)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Small Works West",
                "description": "Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints. Additional information: The Authority wishes to appoint four Economic Operators (EOs), to enter into a Pan Government Small Works Framework 2024 (SWF2024) (hereafter referred to as 'the Agreement'). . The Authority intends to appoint four Integrated Supply Teams (ISTs) to the Agreement, (which includes a reserve IST) to the geographic areas of Northern Ireland as listed below. A map of the geographical areas is included in the procurement documents. . * Lot 1 - Small Works - North. * Lot 2 - Small Works - South. * Lot 3 - Small Works - West. * Lot 4 - Small Works - All NI - Reserve (for Lots 1-3 areas). The Agreement will provide the delivery of small new and refurbishment construction works projects not normally exceeding an estimated cost of PS500,000 (whilst there is no lower limit, works will not normally be less than PS75,000). This may include the provision of building, mechanical and electrical works and all associated specialist subcontracts.. The work may involve: . * Construction of new buildings and extensions; . * Refurbishment of existing buildings;. * Building repairs;. * Installation of new building services systems; and . * Replacement of building services installations. Many business areas such as Health Trusts, the Education Authority and Colleges already have their own small works construction frameworks in place so it is anticipated that most of the services will be in relation to:. * office estate;. * courts;. * Agricultural, Food & Rural Enterprise colleges;. * libraries;. * workshops;. * laboratories;. * forest facilities;. * storage facilities;. * amenity facilities;. * sports facilities;. * historic buildings and monuments; and. * business/industrial units.. In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the Agreement will deliver measurable social value outcomes. Schedule 9 of the Agreement details the Social Value requirements. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: Lot 1 North - PS2.5m - PS3m per annum.. Lot 2 South - PS2.5m - PS3m per annum.. Lot 3 West - PS3m - PS4m per annum.. Lot 4 Reserve - PS1m per annum.. .. However, 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 ECSC and NEC4 ECC contracts will be wholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 contracts . The list of public bodies can be found at https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks",
                "value": {
                    "amount": 16000000,
                    "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)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "All NI (Reserve)",
                "description": "Framework Agreement For The Provision Of Small Works To The Northern Ireland Government Estate. Building, Mechanical And Electrical Works And Associated Specialist Subcontracts Associated With: Construction Of New Buildings And Extensions; Refurbishment Of Existing Buildings; Building Repairs; Installation Of Building Services Systems; Replacemt Of Building Services Installations The Agreement Will Comprise Four Lots By Geographic Areas Of Northern Ireland - North, South, West And Reserve. No Services Will Be Delivered Through The Agreement. Contracts Will Be Awareded Throught The Framework In Accordance With The Procedures Detailed Therein. 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. The Overall Volume And Value Of Property Services That Will Be Delivered Through The Framework Will Be Wholly Dependent On Clients' Requirements And Budget Constraints. Additional information: The Authority wishes to appoint four Economic Operators (EOs), to enter into a Pan Government Small Works Framework 2024 (SWF2024) (hereafter referred to as 'the Agreement'). . The Authority intends to appoint four Integrated Supply Teams (ISTs) to the Agreement, (which includes a reserve IST) to the geographic areas of Northern Ireland as listed below. A map of the geographical areas is included in the procurement documents. . * Lot 1 - Small Works - North. * Lot 2 - Small Works - South. * Lot 3 - Small Works - West. * Lot 4 - Small Works - All NI - Reserve (for Lots 1-3 areas). The Agreement will provide the delivery of small new and refurbishment construction works projects not normally exceeding an estimated cost of PS500,000 (whilst there is no lower limit, works will not normally be less than PS75,000). This may include the provision of building, mechanical and electrical works and all associated specialist subcontracts.. The work may involve: . * Construction of new buildings and extensions; . * Refurbishment of existing buildings;. * Building repairs;. * Installation of new building services systems; and . * Replacement of building services installations. Many business areas such as Health Trusts, the Education Authority and Colleges already have their own small works construction frameworks in place so it is anticipated that most of the services will be in relation to:. * office estate;. * courts;. * Agricultural, Food & Rural Enterprise colleges;. * libraries;. * workshops;. * laboratories;. * forest facilities;. * storage facilities;. * amenity facilities;. * sports facilities;. * historic buildings and monuments; and. * business/industrial units.. In accordance with the Procurement Policy Note (PPN) 01/21 (Scoring Social Value Policy), the Agreement will deliver measurable social value outcomes. Schedule 9 of the Agreement details the Social Value requirements. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: Lot 1 North - PS2.5m - PS3m per annum.. Lot 2 South - PS2.5m - PS3m per annum.. Lot 3 West - PS3m - PS4m per annum.. Lot 4 Reserve - PS1m per annum.. .. However, 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 ECSC and NEC4 ECC contracts will be wholly dependent on Clients' asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 contracts. . The Agreement will be available for use by public sector organisations requiring property related services in Northern Ireland . The list of public bodies can be found at https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks",
                "value": {
                    "amount": 4000000,
                    "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)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland (Northern area)"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland - Southern Area"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland - Western Area"
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Northern Ireland"
                },
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "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 see 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. 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",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-01-18T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2026-10-13T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2024-01-18T15:30:00Z"
        },
        "bidOpening": {
            "date": "2024-01-18T15:30:00Z"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-01-18T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-01-25T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-01-25T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-02-01T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    }
                ],
                "description": "Extension of submission date"
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-02-01T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-02-06T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)"
                        }
                    }
                ],
                "description": "Submission date extension"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-12065",
            "name": "CPD - Construction Division",
            "identifier": {
                "legalName": "CPD - Construction Division"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "construct.infofinance-ni.gov.uk",
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-59563",
            "name": "CPD",
            "identifier": {
                "legalName": "CPD"
            },
            "address": {
                "streetAddress": "Clare House",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-12065",
        "name": "CPD - Construction Division"
    },
    "language": "en"
}