Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Department of Finance and Personnel Northern Ireland
Postal address: Clare House, 303 Airport Road West
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom
Contact person: NUTS — UKN
For the attention of: Rennix Gareth
E-mail: gareth.rennix@dfpni.gov.uk
Telephone: +44 2890816315
Internet address(es):
General address of the contracting authority: www.dfpni.gov.uk/cpd
Address of the buyer profile: www.dfpni.gov.uk/cpd
Electronic access to information: www.dfpni.gov.uk/cpd
Electronic submission of tenders and requests to participate: https://e-sourcingni.bravosolution.co.uk
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEconomic and financial affairs
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: Department of Agriculture and Rural Development
Official name: Department of Culture, Arts and Leisure
Official name: Department of Education
Official name: Department for Employment and Learning
Official name: Department of Enterprise, Trade and Investment
Official name: Department of Finance and Personnel
Official name: Department of Health, Social Services and Public Safety
Official name: Department of the Environment
Official name: Department of Justice
Official name: Department for Regional Development
Official name: Department for Social Development
Official name: Office of the First Minister and Deputy First Minister
Official name: Assembly Ombudsman for Northern Ireland and Northern Ireland Commissioner for Complaints
Official name: Northern Ireland Audit Office
Official name: Northern Ireland Assembly
Official name: Northern Ireland Authority for Energy Regulation
Official name: Public Prosecution Service
Official name: Northern Ireland Water
Official name: Northern Ireland Housing Executive
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Banking Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 6b:
Main site or location of works, place of delivery or of performance: Various locations throughout Northern Ireland.
NUTS code UKN NORTHERN IRELAND
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0 and 4 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Central Procurement Directorate (CPD) intends to establish a collaborative Framework Agreement for the provision of Banking Services within Northern Ireland on behalf of Northern Ireland Civil Service (NICS) Departments, Agencies and Non Departmental Public Bodies and other Participating Bodies.
It is anticipated that the Framework Agreement shall be effective from 1.4.2016 to 31.3.2020. Any public body subject to the Northern Ireland Public Procurement Policy (NIPPP) listed in http://www.dfpni.gov.uk/index/procurement-2/cpd/cpd-policy-andlegislation/ni-pp-policy/cpd-list-of-bodies-public-procurement-policy-applies.htm may choose to participate in this Framework Agreement at any time. The list of public bodies covered by the NIPPP may change from time to time and any additional bodies may choose to receive the services.
II.1.6)Common procurement vocabulary (CPV)66110000 Banking services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Initial Contracts awarded from the Framework will commence on 1.4.2016 to 31.3.2021 with the option to extend for a further 3 periods of up to 12 months each. Other public sector bodies will have the opportunity to award a Contract to the successful Contractor throughout the duration of the Framework agreement. To ensure that all Contracts awarded from the Framework end at the same time, the Contract end date for all Contracts awarded (including extensions) shall be the 31.3.2024.
During the life of the Framework the Contracting Authority reserves the right to review the procedure to call off contracts.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial abilityMinimum level(s) of standards possibly required: As per tender documents.
III.2.3)Technical capacityMinimum level(s) of standards possibly required:
As per tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
P11367
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 8.6.2015 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate8.6.2015 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 8.6.2015 - 15:00
Place:
Central Procurement Directorate, Clare House, 303 Airport Road West, Belfast, BT3 9ED.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Sarah Cole.
Gareth Rennix.
Clare Foley.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘I agree' - Enter your correct business and user details - Note the username you chose and click ‘Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest' button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
The Contracting Authority for this Framework is Central Procurement Directorate (CPD).
Lots.
CPD has not used Lots for this tender due to the need to aggregate demand across the organisations covered by the Northern Ireland Public Procurement Policy. Aggregating demand should help realise greater financial savings during the life of the Framework.
EU Funds.
Contracts established from the Framework will not be financed by EU funds.
Invoicing.
Electronic Invoicing will be used.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full 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
The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must general be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30days where the Authority has communicated the award of the contract and a summary reason to tenders, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into the court may order the setting aside of the award decision or order the Authority to amend any documents and may award damages. If the contract has been entered into the Court may, depending on the circumstance, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:27.4.2015