Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

DOF 4597688 PAN GOVERNMENT INTEGRATED CONSULTANT TEAM FRAMEWORK AGREEMENT 2023

  • Cyhoeddwyd gyntaf: 22 Rhagfyr 2022
  • Wedi'i addasu ddiwethaf: 22 Rhagfyr 2022

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-036567
Cyhoeddwyd gan:
Department of Finance Northern Ireland
ID Awudurdod:
AA73119
Dyddiad cyhoeddi:
22 Rhagfyr 2022
Dyddiad Cau:
06 Chwefror 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Department of Finance Northern Ireland

303 Airport Road West

BELFAST

BT3 9ED

UK

Person cyswllt: FAO Procurement Operations Branch

Ffôn: +44 2890816555

E-bost: Construct.Info@finance-ni.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://etendersni.gov.uk/epps

Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4597688


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4597688


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=4597688


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

DOF 4597688 PAN GOVERNMENT INTEGRATED CONSULTANT TEAM FRAMEWORK AGREEMENT 2023

II.1.2) Prif god CPV

71000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 32 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

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.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

LOT 1 Major Works

II.2.2) Cod(au) CPV ychwanegol

71200000

71311000

71324000

71541000

71300000

II.2.3) Man cyflawni

Cod NUTS:

UKN0


Prif safle neu fan cyflawni:

This lot will provide construction consultancy services throughout all of Northern Ireland.

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 10 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Lot 1- Major Works. It is expected that 7 consultants may be appointed to this Lot. A consultant will be appointed, following a secondary tender competition to take forward each major construction related project with estimated values, typically between £4.4 and £30M, albeit there is no upper or lower limit. The scope of services will typically commence at RIBA Stage 0; (the Client’s initial statement of requirements) through strategic assessment and business justification and outline design stage, to completion of the works; RIBA Stage 7. However, depending on the needs of the Client, the Consultant could be appointed at any intermediate stage. ICTs will be required to apply Building Information Modelling (BIM) in the Provision of Services. Typically, the ICT will be required to work with the Client to establish its requirements and develop an exemplar design to enable competition between contractor led Integrated Supply Teams (ISTs) (consisting of contractors, specialist sub-contractors, designers and their supply chains) appointed separately by the Client using the services of the ICT. Detailed design and construction will typically be undertaken by the IST, but the ICT may also be required to undertake all design.. After the IST is appointed, the ICT will manage the Works Project and provide. multi-discipline professional advice to the Client as necessary to ensure the detailed design and construction fully meets the Client's requirements in terms of quality, cost and programme.

Rhif y Lot 2

II.2.1) Teitl

LOT 2 Minor works North

II.2.2) Cod(au) CPV ychwanegol

71200000

71311000

71324000

71541000

71300000

II.2.3) Man cyflawni

Cod NUTS:

UKN0


Prif safle neu fan cyflawni:

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.

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 6 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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 £4.4M. 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.

Rhif y Lot 3

II.2.1) Teitl

LOT3 Minor works South

II.2.2) Cod(au) CPV ychwanegol

71200000

71311000

71324000

71541000

71300000

II.2.3) Man cyflawni

Cod NUTS:

UKN0


Prif safle neu fan cyflawni:

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.

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 6 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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 £4.4M. 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.

Rhif y Lot 4

II.2.1) Teitl

LOT 4 Small works West

II.2.2) Cod(au) CPV ychwanegol

71200000

71311000

71324000

71541000

71300000

II.2.3) Man cyflawni

Cod NUTS:

UKN0


Prif safle neu fan cyflawni:

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.

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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 £500k, 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..

Rhif y Lot 5

II.2.1) Teitl

LOT 5 Small works North

II.2.2) Cod(au) CPV ychwanegol

71200000

71311000

71324000

71541000

71300000

II.2.3) Man cyflawni

Cod NUTS:

UKN0


Prif safle neu fan cyflawni:

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.

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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 £500k, 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..

Rhif y Lot 6

II.2.1) Teitl

LOT 6 Small Works South

II.2.2) Cod(au) CPV ychwanegol

71200000

71311000

71324000

71541000

71300000

II.2.3) Man cyflawni

Cod NUTS:

UKN0


Prif safle neu fan cyflawni:

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.

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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 £500k, 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..

Rhif y Lot 7

II.2.1) Teitl

LOT 7 Reserve

II.2.2) Cod(au) CPV ychwanegol

71200000

71311000

71324000

71541000

71300000

II.2.3) Man cyflawni

Cod NUTS:

UKN0


Prif safle neu fan cyflawni:

Lot 7 will provide Construction Consultancy services throughout all of Northern Ireland.

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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 £500k.. 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.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

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.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 25

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 000-024663

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 06/02/2023

Amser lleol: 15:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 06/02/2024

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 06/02/2023

Amser lleol: 15:30

Place:

via CPDs eTendersNI Tender Procurement Portal

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

Tenders will be opened by the appropriate numbers of staff of CPD's Procurement Operations Branch

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Framework to be renewed in January 2027

VI.3) Gwybodaeth ychwanegol

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.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Department of Finance, Central Procurement Directorate Procurement Operations Branch

Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West

Belfast

BT3 9ED

UK

Ffôn: +44 2890816555

E-bost: construct.info@finance-ni.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.finance-ni.gov.uk/contact

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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).

VI.5) Dyddiad anfon yr hysbysiad hwn

21/12/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71324000 Gwasanaethau mesur meintiau Gwasanaethau dylunio peirianneg
71300000 Gwasanaethau peirianneg Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71200000 Gwasanaethau pensaernïol a gwasanaethau cysylltiedig Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
71541000 Gwasanaethau rheoli prosiectau adeiladu Gwasanaethau rheoli adeiladu
71311000 Gwasanaethau ymgynghori ar beirianneg sifil Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Construct.Info@finance-ni.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.