Tender

DOF 5627129 Pan Government Collaborative Framework Agreement For Civil Engineering Minor Works 2025

CONSTRUCTION AND PROCUREMENT DELIVERY CPD, DEPARTMENT OF FINANCE, NORTHERN IRELAND

This public procurement record has 2 releases in its history.

TenderUpdate

29 Nov 2024 at 09:38

Tender

04 Nov 2024 at 12:01

Summary of the contracting process

The Construction and Procurement Delivery (CPD), Department of Finance, Northern Ireland, is initiating a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025. This framework agreement focuses on civil engineering works and will be divided into four lots covering Northern and Southern geographical areas of Northern Ireland. The total value of the framework is estimated at GBP 48 million, with each contract typically not exceeding GBP 750k. The procurement process currently in the tender stage involves the appointment of four Economic Operators, including reserve operators, to cover the designated areas. Notably, the submission deadline for tenders or requests to participate has been extended from 5th December to 12th December 2024.

This framework presents significant opportunities for businesses engaged in civil engineering and construction sectors, particularly those specialising in infrastructure development, buildings, roads, and water supply services. The framework's structure ensures potential participation from varied public sector bodies in Northern Ireland, creating numerous opportunities for ongoing and future projects. Businesses with the requisite technical and financial capability to deliver minor works projects efficiently are best positioned to benefit from this procurement process. The selective procurement method and restricted procedure guarantee that only qualified economic operators capable of managing significant workloads under the outlined performance and selection criteria will be considered, fostering a competitive yet rewarding environment for participants.

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 5627129 Pan Government Collaborative Framework Agreement For Civil Engineering Minor Works 2025

Notice Description

The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents.

Lot Information

Lot 1 - Northern Area

The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents. Additional information: The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..

Renewal: Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents.

Lot 2 - Southern Area

The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents. Additional information: The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..

Renewal: Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents.

Lot 3 - Reserve for Northern Area

The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents. Additional information: The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..

Renewal: Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents.

Lot 4 - Reserve for Southern Area

The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents. Additional information: The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..

Renewal: Economic Operators shall initially be appointed to the Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04b3ad
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038541-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45200000 - Works for complete or part construction and civil engineering work

45220000 - Engineering works and construction works

45233100 - Construction work for highways, roads

45233139 - Highway maintenance work

45233141 - Road-maintenance works

Notice Value(s)

Tender Value
£48,000,000 £10M-£100M
Lots Value
£96,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Nov 20241 years ago
Submission Deadline
5 Dec 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
CONSTRUCTION AND PROCUREMENT DELIVERY CPD, DEPARTMENT OF FINANCE, NORTHERN IRELAND
Contact Name
FAO Procurement 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

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-04b3ad-2024-11-29T09:38:58Z",
    "date": "2024-11-29T09:38:58Z",
    "ocid": "ocds-h6vhtk-04b3ad",
    "description": "The Contracting Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced. by publication of this Contract Notice; (b) To make whatever changes it may see fit to the content and structure of the tendering. competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by candidates participating in this. competition. Contracts awarded as a result of this procurement process shall be considered as a contract made in Northern Ireland. and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award. any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the. Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising. out of the procedures envisaged by this Contract Notice. No contractual rights expressed or implied arise out of the notice or procedures. envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the. award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public. Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation. which:. (a) Provides information or confirmations which later prove to be untrue or incorrect; . (b) Does not supply the information. within the timescale required by this notice or by the Invitation to Tender Documentation or as otherwise required during the process.. Instructions on how to submit a tender; - Suppliers must be registered on the Contracting Authorities e-procurement portal, eTendersNI. available on the following link: https://etendersni.gov.uk/epps/home.do. All suppliers should follow the instructions on how",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04b3ad",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DOF 5627129 Pan Government Collaborative Framework Agreement For Civil Engineering Minor Works 2025",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45200000",
            "description": "Works for complete or part construction and civil engineering work"
        },
        "mainProcurementCategory": "works",
        "description": "The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents.",
        "value": {
            "amount": 48000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteriaDetails": "The Framework Agreement comprises 4 Lots. Lot 1 - Northern Area Lot 2 - Southern Area Lot 3 - Reserve for Lot 1 (Northern Area) Lot 4 - Reserve for Lot 2 (Southern Area) The geographical area of each Lot is defined in the procurement documents."
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Northern Area",
                "description": "The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents. Additional information: The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..",
                "value": {
                    "amount": 24000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents."
                },
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "It is anticipated that the 8 Economic Operators that satisfy: the. completeness and. compliance checks; the criteria for the rejection of Economic Operators; the information as. to economic and financial. standing; and who achieve the highest scores in the technical or. professional ability evaluation process may be short-listed and invited. to submit tenders.. Where there is a tie for 8th place, then all Economic Operators in 8th place will be invited to. tender. For the purposes. of this exercise a tie for 8th place is deemed to occur where two or. more Economic Operators have identical scores or a score within. 2 marks (out of a score. of 100) of the 8th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled,. the PQQP. Submission will be assessed at the time of receipt and the Economic Operators will be. notified of the outcome.. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a. period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority's discretion the. period of validity may be extended.. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation. that the shortlisted Economic Operators still meet the required minimum standards for the.. Procurement."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2 - Southern Area",
                "description": "The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents. Additional information: The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..",
                "value": {
                    "amount": 24000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents."
                },
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "It is anticipated that the 8 Economic Operators that satisfy: the. completeness and. compliance checks; the criteria for the rejection of Economic Operators; the information as. to economic and financial. standing; and who achieve the highest scores in the technical or. professional ability evaluation process may be short-listed and invited. to submit tenders.. Where there is a tie for 8th place, then all Economic Operators in 8th place will be invited to. tender. For the purposes. of this exercise a tie for 8th place is deemed to occur where two or. more Economic Operators have identical scores or a score within. 2 marks (out of a score. of 100) of the 8th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled,. the PQQP. Submission will be assessed at the time of receipt and the Economic Operators will be. notified of the outcome.. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a. period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority's discretion the. period of validity may be extended.. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation. that the shortlisted Economic Operators still meet the required minimum standards for the.. Procurement."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot 3 - Reserve for Northern Area",
                "description": "The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents. Additional information: The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..",
                "value": {
                    "amount": 24000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Economic Operators shall initially be appointed to the Framework Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents."
                },
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "It is anticipated that the 8 Economic Operators that satisfy: the. completeness and. compliance checks; the criteria for the rejection of Economic Operators; the information as. to economic and financial. standing; and who achieve the highest scores in the technical or. professional ability evaluation process may be short-listed and invited. to submit tenders.. Where there is a tie for 8th place, then all Economic Operators in 8th place will be invited to. tender. For the purposes. of this exercise a tie for 8th place is deemed to occur where two or. more Economic Operators have identical scores or a score within. 2 marks (out of a score. of 100) of the 8th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled,. the PQQP. Submission will be assessed at the time of receipt and the Economic Operators will be. notified of the outcome.. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a. period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority's discretion the. period of validity may be extended.. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation. that the shortlisted Economic Operators still meet the required minimum standards for the.. Procurement."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Lot 4 - Reserve for Southern Area",
                "description": "The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve EOs, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering minor works contracts, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two Reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve for Lot 1) )and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). The geographical area of each Lot is defined in the Procurement documents. Additional information: The Contracting Authority wishes to appoint four Economic Operators (EOs), including two Reserve Economic Operators, to enter into a Pan Government Collaborative Framework Agreement for Civil Engineering Minor Works 2025, for the provision of civil engineering works, with each contract awarded not normally exceeding PS750k, for Public Sector bodies in Northern Ireland. The Framework Agreement will be let in four Lots, including two reserve Lots, covering two geographical areas of Northern Ireland known as the Northern Area (Lot 1 and Lot 3 (Reserve. for Lot 1)) and the Southern Area (Lot 2 and Lot 4 (Reserve for Lot 2)). Any one Economic Operator will only be awarded one Lot, subject to the relaxation. provision set out in the procurement documents. A map of the geographical areas is included in the procurement documents. Works expected to be procured using this Framework Agreement are likely to include, but not limited to, schemes associated with infrastructure development, buildings, structures, roads, railways, water supply, sewerage schemes and land contamination. Please refer to the procurement documents to view further details of the activities expected to be delivered under this Framework Agreement. CPD is establishing this Framework Agreement as a Central Purchasing Body on behalf any public sector organisation in Northern Ireland. A list of potential participant organisations can be viewed in the procurement documentation and by using the following link: https://. www.finance-ni.gov.uk/publications/list-potential-participants-pan-government-collaborative-framework-agreement-civil-engineering-minor- works-2025. . It should be noted that the appointment of an Economic Operator to the Framework Agreement is not a guarantee of any future workload but demonstrates an intention to utilise the appointed Economic Operators to provide works and services where appropriate. The Contracting Authority nor any Client is under any obligation to make any appointments from the Framework Agreement. The Contracting Authority (together with any Clients) may use this Framework Agreement to procure Works in relation to any Contract. An Economic Operator may be selected by way of a Call-off or by Secondary Competition. The Contractor called-off or selected during any Secondary Competition will be required to enter into a NEC4 Engineering and Construction Short Contract..",
                "value": {
                    "amount": 24000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Economic Operators shall initially be appointed to the Agreement for two years with an option to extend their appointment for two consecutive one-year periods (renewed annually) up to a maximum 4 year period, (i.e. 2+1+1). Please refer to MOI Part B section 7.3 in the procurement documents."
                },
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "It is anticipated that the 8 Economic Operators that satisfy: the. completeness and. compliance checks; the criteria for the rejection of Economic Operators; the information as. to economic and financial. standing; and who achieve the highest scores in the technical or. professional ability evaluation process may be short-listed and invited. to submit tenders.. Where there is a tie for 8th place, then all Economic Operators in 8th place will be invited to. tender. For the purposes. of this exercise a tie for 8th place is deemed to occur where two or. more Economic Operators have identical scores or a score within. 2 marks (out of a score. of 100) of the 8th place score.. In the event that the Procurement is unavoidably delayed, but not cancelled,. the PQQP. Submission will be assessed at the time of receipt and the Economic Operators will be. notified of the outcome.. The shortlist. of Economic Operators for Invitation to Tender will typically remain valid for a. period of up to 12 months from the PQQP Receipt. Deadline. At the Contracting Authority's discretion the. period of validity may be extended.. When the Procurement is re-commenced, the. Contracting Authority may seek confirmation. that the shortlisted Economic Operators still meet the required minimum standards for the.. Procurement."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 1 - Northern Area"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 2 - Southern Area"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 3 - Reserve for Lot 1 (Northern Area)"
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 4 - Reserve for Lot 2 (Southern Area)"
                },
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=5627129",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=5627129"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In order for an Economic Operator 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 PQQP documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "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 . 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 and also please refer to the procurement documents."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-12-05T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-12-05T23:59:59Z"
            }
        },
        "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": [
                    {
                        "oldValue": {
                            "date": "2024-12-05T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-12-12T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ],
                "description": "Change of tender receipt date from 5th Dec to 12th Dec."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-128991",
            "name": "Construction and Procurement Delivery CPD, Department of Finance, Northern Ireland",
            "identifier": {
                "legalName": "Construction and Procurement Delivery CPD, Department of Finance, Northern Ireland"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "FAO Procurement Operations Branch",
                "telephone": "+44 2890816555",
                "email": "Construct.Info@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=5627129"
            },
            "roles": [
                "buyer"
            ],
            "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",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-95582",
            "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": "Department of Finance, Construction and Procurement Delivery, 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"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-128991",
        "name": "Construction and Procurement Delivery CPD, Department of Finance, Northern Ireland"
    },
    "language": "en"
}