DfC - Strategic Partner Framework for Department for Communities and its participating Arm’s Length Bodies
A Tender Notice
by DEPARTMENT FOR COMMUNITIES
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- 10M
- Sector
- TECHNOLOGY
- Published
- 28 Apr 2022
- Delivery
- To 30 May 2026 (est.)
- Deadline
- 30 May 2022 15:00
Concepts
Location
BELFAST
13 buyers
- Department for Communities Belfast
- Department for Communities NI Belfast
- Armagh Observatory Armagh
- Armagh Planetarium Armagh
- Arts Council of Northern Ireland Belfast
- Charity Commission for Northern Ireland Craigavon
- National Museums Northern Ireland Holywood
- Northern Ireland Housing Executive Belfast
- Northern Ireland Museums Council Belfast
- Libraries NI Lisburn
- Local Government Staff Commission Belfast
- Commissioner for Older People for NI Belfast
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.
Renewal 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.
CPV Codes
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79412000 - Financial management consultancy services
- 79414000 - Human resources management consultancy services
- 79990000 - Miscellaneous business-related services
- 75111200 - Legislative services
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
- 70000000 - Real estate services
- 70332200 - Commercial property management services
- 70331000 - Residential property services
- 70332000 - Non-residential property services
- 72000000 - IT services: consulting, software development, Internet and support
- 72212482 - Business intelligence software development services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72222300 - Information technology services
- 72224100 - System implementation planning services
- 72227000 - Software integration consultancy services
- 72266000 - Software consultancy services
- 72224000 - Project management consultancy services
- 72500000 - Computer-related services
- 72600000 - Computer support and consultancy services
- 72800000 - Computer audit and testing services
- 92000000 - Recreational, cultural and sporting services
- 92500000 - Library, archives, museums and other cultural services
- 79300000 - Market and economic research; polling and statistics
- 79310000 - Market research services
- 75300000 - Compulsory social security services
Indicators
- Bids should cover the whole contract.
- Options are available.
- Renewals are not available.
- Performance considerations apply.
- Award on basis of price and quality.
Other Information
The successful Contractor’s performance on this Framework will be managed as per the specification and regularly monitored (see https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contra...). 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 Contractors 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. The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contra...). 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 Contractors 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.
Reference
- FTS 011001-2022