{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-036567-2023-06-06T09:32:31+01:00",
    "date": "2023-06-06T09:32:31+01:00",
    "ocid": "ocds-h6vhtk-036567",
    "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-036567",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DOF4417840 Pan Government Integrated Consultant Team Framework Agreement 2023 Information Bulletin, PIN Notice and Request for Feedback.",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "The proposals set out in this Information Bulletin, PIN Notice and Request for Feedback. may be subject to change as the Contracting Authority's requirements are refined leading up to the issue of the Contract Notice. CPD is proposing to establish a new Framework Agreement which will be available for use by any public sector organisation requiring construction related professional services in Northern Ireland including:- * Government Departments * Agencies * Non-departmental Public Bodies * Local Authorities * Other Contracting Authority (including subsidised bodies or other grant recipients). The new Framework Agreement will be for the provision of construction related professional services by a number of consultants and their supply chains. These are, collectively referred to as Integrated Consultant Teams (ICT). Please refer to the Pan Government Integrated Consultant Team Framework Agreement 2023 Information Bulletin found within the CFT Document Area.",
        "value": {
            "amount": 32000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "Lot 1 - Major Works Lot 2 - Minor Works - North Lot 3 - Minor Works - South Lot 4 - Small works and Specialist Services - West Lot 5 - Small works and Specialist Services - North Lot 6 - Small works and Specialist Services - South Lot 7 - Small works and Specialist Services - All of Northern Ireland (Reserve Lot) There are restrictions on the number of lots that may be awarded to one tenderer - see procurement documents for details."
        },
        "lots": [
            {
                "id": "1",
                "title": "LOT 1 Major Works",
                "description": "The proposals set out in this Information Bulletin, PIN Notice and Request for Feedback. may be subject to change as the Contracting Authority's requirements are refined leading up to the issue of the Contract Notice. CPD is proposing to establish a new Framework Agreement which will be available for use by any public sector organisation requiring construction related professional services in Northern Ireland including:- * Government Departments * Agencies * Non-departmental Public Bodies * Local Authorities * Other Contracting Authority (including subsidised bodies or other grant recipients). The new Framework Agreement will be for the provision of construction related professional services by a number of consultants and their supply chains. These are, collectively referred to as Integrated Consultant Teams (ICT). Please refer to the Pan Government Integrated Consultant Team Framework Agreement 2023 Information Bulletin found within the CFT Document Area.",
                "status": "cancelled",
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "LOT 2 Minor works North",
                "description": "The Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as Integrated Consultant Teams (ICTs). The Framework will be awarded in 7 lots for various construction works value ranges. It is envisaged that the projects to be delivered may include, but are not limited to, schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, procurement, economic appraisals, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). The Framework Agreement may potentially be used by any of the organisations included within the following list: List of potential participants - ICT 2023.pdf (finance-ni.gov.uk) https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks-0. Additional information: Lot 2 - Minor Works - North. It is expected that 7 consultants may be appointed to Lot 2. The geographical area known as 'North' is defined within the tender documents. Consultants appointed in Lot 2 cannot be appointed to Lot 3 (Unless relaxations apply - see tender documents). A Consultant will be appointed, following a secondary tender competition, to take forward minor construction related projects typically with estimated values up to around PS4.4M. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7. However, depending on the needs of the Client the ICT could be. appointed at any intermediate stage. Typically, the ICT will be required to work with the Client to establish its requirements and develop a full technical design (RIBA Stage 4) to enable competition between Contractors (consisting of contractors, specialist sub-contractors and their supply chains) appointed separately by the Client using the services of the ICT. After the Contractor is appointed, the ICT will. continue to manage the Works Project and provide multi-discipline professional advice to the Client as necessary to ensure the construction fully meets the Client's requirements in terms of quality, cost and programme.",
                "status": "active",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "3",
                "title": "LOT3 Minor works South",
                "description": "The Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as Integrated Consultant Teams (ICTs). The Framework will be awarded in 7 lots for various construction works value ranges. It is envisaged that the projects to be delivered may include, but are not limited to, schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, procurement, economic appraisals, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). The Framework Agreement may potentially be used by any of the organisations included within the following list: List of potential participants - ICT 2023.pdf (finance-ni.gov.uk) https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks-0. Additional information: Lot 3 - Minor Works - South. It is expected that 7 consultants may be appointed to Lot 2. The geographical area known as 'South' is defined within the tender documents. Consultants appointed in Lot 3 cannot be appointed to Lot 2 (Unless relaxations apply - see tender documents). A Consultant will be appointed, following a secondary tender competition, to take forward minor construction related projects typically with estimated values up to around PS4.4M. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7. However, depending on the needs of the Client the ICT could be appointed at any intermediate stage. Typically, the ICT will be required to work with the Client to establish its requirements and develop a full technical design (RIBA Stage 4) to enable competition between Contractors (consisting of contractors, specialist sub-contractors and their supply chains) appointed separately by the Client using the services of the ICT. After the Contractor is appointed, the ICT will continue to manage the Works Project and provide multi-discipline professional advice to the Client as necessary to ensure the construction fully meets the Client's requirements in terms of quality, cost and programme.",
                "status": "active",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "4",
                "title": "LOT 4 Small works West",
                "description": "The Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as Integrated Consultant Teams (ICTs). The Framework will be awarded in 7 lots for various construction works value ranges. It is envisaged that the projects to be delivered may include, but are not limited to, schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, procurement, economic appraisals, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). The Framework Agreement may potentially be used by any of the organisations included within the following list: List of potential participants - ICT 2023.pdf (finance-ni.gov.uk) https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks-0. Additional information: Lot 4 - Small Works West. One Consultant will be appointed to Lot 4. The geographical area known. as 'West' is defined within the tender documents. The Consultant will take forward small construction related projects typically with a. value of up to around PS500k, including detailed design. Only one ICT will be appointed to lot 4. The consultant appointed to Lot 4 will not be. appointed to Lots 5, 6 or 7. (Unless relaxations apply - see tender documents). An ICT is required to be in place to provide services in Lot. 4 area usually without the need for a secondary competition. Generally, Construction works will be undertaken by a Contractor appointed. separately by CPD however, on occasions the ICT may be required to run a separate procurement for the IST..",
                "status": "active",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "5",
                "title": "LOT 5 Small works North",
                "description": "The Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as Integrated Consultant Teams (ICTs). The Framework will be awarded in 7 lots for various construction works value ranges. It is envisaged that the projects to be delivered may include, but are not limited to, schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, procurement, economic appraisals, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). The Framework Agreement may potentially be used by any of the organisations included within the following list: List of potential participants - ICT 2023.pdf (finance-ni.gov.uk) https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks-0. Additional information: Lot 5 - Small Works North. One Consultant will be appointed to Lot 5. The geographical area known. as 'North' is defined within the tender documents. The Consultant will take forward small construction related projects typically with a. value of up to around PS500k, including detailed design. Only one ICT will be appointed to lot 5. The consultant appointed to Lot 5 will not be. appointed to Lots 4, 6 or 7. (Unless relaxations apply - see tender documents). An ICT is required to be in place to provide services in Lot. 5 area usually without the need for a secondary competition. Generally, Construction works will be undertaken by a Contractor appointed. separately by CPD however, on occasions the ICT may be required to run a separate procurement for the IST..",
                "status": "active",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "6",
                "title": "LOT 6 Small Works South",
                "description": "The Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as Integrated Consultant Teams (ICTs). The Framework will be awarded in 7 lots for various construction works value ranges. It is envisaged that the projects to be delivered may include, but are not limited to, schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, procurement, economic appraisals, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). The Framework Agreement may potentially be used by any of the organisations included within the following list: List of potential participants - ICT 2023.pdf (finance-ni.gov.uk) https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks-0. Additional information: Lot 6 - Small Works South. One Consultant will be appointed to Lot 6. The geographical area known. as 'South' is defined within the tender documents. The Consultant will take forward small construction related projects typically with a. value of up to around PS500k, including detailed design. Only one ICT will be appointed to lot 6. The consultant appointed to Lot 6 will not be. appointed to Lots 4, 5 or 7. (Unless relaxations apply - see tender documents). An ICT is required to be in place to provide services in Lot. 6 area usually without the need for a secondary competition. Generally, Construction works will be undertaken by a Contractor appointed. separately by CPD however, on occasions the ICT may be required to run a separate procurement for the IST..",
                "status": "active",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "7",
                "title": "LOT 7 Reserve",
                "description": "The Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as Integrated Consultant Teams (ICTs). The Framework will be awarded in 7 lots for various construction works value ranges. It is envisaged that the projects to be delivered may include, but are not limited to, schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, procurement, economic appraisals, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). The Framework Agreement may potentially be used by any of the organisations included within the following list: List of potential participants - ICT 2023.pdf (finance-ni.gov.uk) https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks-0. Additional information: Lot 7 - Small Works - All of Northern Ireland (Reserve Lot). One Consultant will be appointed to Lot. 7. As this Consultant is a reserve, it may not be required to provide any services at all during the life of the framework. The reserve Consultant will only be required to provide services in the event that a Consultant in Lot 4, 5 or 6 performs unsatisfactorily, or the Contracting Authority decides for some other reason that the appointed consultant for Lots 4, 5 or 6 should not provide the services. If required, however, the reserve consultant may be asked to provide services for projects anywhere in Northern Ireland. The Consultant will take forward the design and project management of small construction related projects typically with a value up to around PS500k.. Only one ICT will be appointed to lot 7. The Consultant appointed to Lot 7 will not be appointed to Lots 4, 5 or 6. An ICT is required to be in place to provide services in Lot 7 area usually without the need for a secondary competition Generally, Construction works will be undertaken by a Contractor appointed separately by CPD however, on occasions the ICT may be required to run a separate procurement for the IST.",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "This lot will provide construction consultancy services throughout all of Northern Ireland."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "This Lot will provide construction consultancy services in specified postcodes in the 'Northern' area of Northern Ireland. Refer to Document 2 of 5, Instructions to Tenderers, Lot 2 & 3."
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "This Lot will provide construction consultancy services in specified postcodes in the 'Northern' area of Northern Ireland. Refer to Document 2 of 5, Instructions to Tenderers, Lot 2 & 3."
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "This Lot will provide Construction Consultancy services in specified postcodes in the 'West' area of Northern Ireland. Refer to Document 2 of 5, Instructions to Tenderers, Lot 4, 5, 6 & 7."
                },
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 5 will provide Construction Consultancy services in specified postcodes in the 'North' area of Northern Ireland. Refer to Document 2 of 5, Instructions to Tenderers, Lots 4, 5, 6 & 7."
                },
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 6 will provide Construction Consultancy services in specified postcodes in the 'South' area of Northern Ireland. Refer to Document 2 of 5, Instructions to Tenderers, Lots 4, 5, 6 & 7."
                },
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 7 will provide Construction Consultancy services throughout all of Northern Ireland."
                },
                "relatedLot": "7"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-11-01T00:00:00Z",
            "atypicalToolUrl": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4597688"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4597688",
        "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 can be viewed at https://www.finance-ni.gov.uk/articles/list-publicbodies-. which-ni-public-procurement-policy-applies."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 25
            }
        },
        "tenderPeriod": {
            "endDate": "2023-02-06T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-02-06T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2023-02-06T15:30:00Z"
        },
        "bidOpening": {
            "date": "2023-02-06T15:30:00Z",
            "address": {
                "streetAddress": "via CPDs eTendersNI Tender Procurement Portal"
            },
            "description": "Tenders will be opened by the appropriate numbers of staff of CPD's Procurement Operations Branch"
        },
        "hasRecurrence": true,
        "reviewDetails": "Precise information on deadline(s) for review procedures: This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That. notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to. any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months,. where the court considers that there is a good reason for doing so).",
        "recurrence": {
            "description": "Framework to be renewed in January 2027"
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-02-06T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-02-13T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "Time Limit for receipt of tenders or requests to participate"
                        }
                    }
                ],
                "description": "Time Limit for receipt of tenders or requests to participate"
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-02-13T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-02-20T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "Time Limit for receipt of tenders or. requests to participate"
                        }
                    }
                ],
                "description": "Time Limit for receipt of tenders or requests to participate"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-62832",
            "name": "Construction and Procurement Delivery CPD, Construction Division",
            "identifier": {
                "legalName": "Construction and Procurement Delivery CPD, Construction Division"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890816555",
                "email": "Construct.Info@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-71598",
            "name": "Department of Finance Northern Ireland",
            "identifier": {
                "legalName": "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=4597688"
            },
            "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-60082",
            "name": "Department of Finance, Central Procurement Directorate Procurement Operations Branch",
            "identifier": {
                "legalName": "Department of Finance, Central Procurement Directorate Procurement Operations Branch"
            },
            "address": {
                "streetAddress": "Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/contact"
            }
        },
        {
            "id": "GB-FTS-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"
            },
            "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-84456",
            "name": "Construction and Procurement Delivery CPD, Construction Division",
            "identifier": {
                "legalName": "Construction and Procurement Delivery CPD, Construction Division"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-12065",
        "name": "CPD - Construction Division"
    },
    "language": "en",
    "awards": [
        {
            "id": "015913-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}