Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Communities
NINE Lanyon Place
BELFAST
BT1 3LP
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Department for Communities
NINE Lanyon Place
Belfast
BT1 3LP
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Armagh Observatory
College Hill
Armagh
BT61 9DG
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Armagh Planetarium
College Hill
Armagh
BT61 9DB
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Arts Council of Northern Ireland
MacNeice House 77 Malone Road
Belfast
BT9 6AQ
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Charity Commission for Northern Ireland
257 Lough Road Lurgan
Craigavon
BT66 6NQ
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
National Museums Northern Ireland
Cultra
Holywood
BT18 0EU
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Northern Ireland Housing Executive
2 Adelaide Street
Belfast
BT2 8BP
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Northern Ireland Museums Council
6 Crescent Gardens
Belfast
BT7 1NS
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Libraries NI
Lisburn City Library 23 Linenhall Street
Lisburn
BT28 1FJ
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Local Government Staff Commission
22 Gordon Street, Belfast
Belfast
BT1 2LG
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
The Commissioner for Older People for NI
Equality House 7-9 Shaftesbury Square
Belfast
BT2 7DP
UK
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DfC - Strategic Partner Framework for Department for Communities and its participating Arm’s Length Bodies
Reference number: ID 3722612
II.1.2) Main CPV code
79400000
II.1.3) Type of contract
Services
II.1.4) Short description
The Department for Communities (DfC) and participating Arm’s length bodies have a requirement to set up a single supplier Strategic Partner Framework Agreement to support and enable them to meet the strategic goals and objectives outlined in the Departments Five Year Strategy and deliver associated Work Packages. This Framework Agreement will allow the Participating bodies listed in the Specification Schedule to establish a Call-off Contract with the successful Contractor to provide professional services when required. Further details are provided within the Specification Schedule. The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
10 500 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79410000
79411000
79411100
79412000
79414000
79990000
75111200
66170000
70000000
70332200
70331000
70332000
72000000
72212482
72220000
72221000
72222300
72224100
72227000
72266000
72224000
72500000
72600000
72800000
92000000
92500000
79300000
79310000
75300000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department for Communities (DfC) and participating Arm’s length bodies have a requirement to set up a single supplier Strategic Partner Framework Agreement to support and enable them to meet the strategic goals and objectives outlined in the Departments Five Year Strategy and deliver associated Work Packages. This Framework Agreement will allow the Participating bodies listed in the Specification Schedule to establish a Call-off Contract with the successful Contractor to provide professional services when required. Further details are provided within the Specification Schedule. The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework.
II.2.5) Award criteria
Quality criterion: AC1 Proposed Team Experience
/ Weighting: 21.84
Quality criterion: AC2 Proposed Methodology
/ Weighting: 21.84
Quality criterion: AC3 Contract Management
/ Weighting: 10.92
Quality criterion: AC4 Buy Social
/ Weighting: 10.4
Cost criterion: AC5 Price
/ Weighting: 35
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will be for an initial two years with the option to extend for two further periods of 12 months each. This Framework will operate on a call-off contract basis and there is no commitment to the usage, volume or value of services required under this Framework. The estimated contract value indicated in II.1.5 and II.2.6 represents the potential value of spend under this contract which is estimated to be in the range of £6.7m to £10.5m GBP exclusive of VAT.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-011001
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/07/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Deloitte - Main Account MCS/LLP
Hill House
LONDON
EC4A 3JR
UK
Telephone: +44 2890322861
E-mail: cpdtenders@deloitte.co.uk
Fax: +44 2890531336
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 10 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The successful Contractor’s performance on this Framework will be managed as per the specification. and regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be grounds for termination of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of Unsatisfactory Performance. A central register of such Notices for supplies and services Contracts will be maintained and published on the CPD website. Any Contractor in receipt of multiple Notice of Written Warning or Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the Contractor being excluded from all procurement competitions being undertaken by Centres of. Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations
Belfast
UK
VI.5) Date of dispatch of this notice
18/07/2022