DOF 4597688 PAN GOVERNMENT INTEGRATED CONSULTANT TEAM FRAMEWORK AGREEMENT 2023

A Tender Notice
by DEPARTMENT OF FINANCE NORTHERN IRELAND

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£30M-£32M
Sector
CONSTRUCTION
Published
21 Dec 2022
Delivery
To 16 Jan 2027 (est.)
Deadline
06 Feb 2023 15:00

Concepts

Location

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

Geochart for 1 buyers and 0 suppliers

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).

Lot Division

1 Major Works
  • Value: £10M

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 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.

2 Minor works North
  • Value: £6M

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 £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.

3 LOT3 Minor works South
  • Value: £6M

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 £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.

4 Small works West
  • Value: £2M

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 £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..

5 Small works North
  • Value: £2M

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 £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..

6 Small Works South
  • Value: £2M

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 £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..

7 Reserve
  • Value: £2M

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 £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.

CPV Codes

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71311000 - Civil engineering consultancy services
  • 71324000 - Quantity surveying services
  • 71541000 - Construction project management services
  • 71300000 - Engineering services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a recurring contract.
  • Renewals are not available.

Other Information

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-particip... ** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains