Opportunity

DFI -3306666 - DVA Test Centres - New Maintenance Of Roller Shutter Doors Contract

  • Driver and Vehicle Agency NI

F02: Contract notice

Notice reference: 2021/S 000-000769

Published 14 January 2021, 2:24pm



Section one: Contracting authority

one.1) Name and addresses

Driver and Vehicle Agency NI

DVA Headquarters, Corporation Street

BELFAST

BT1 3DH

Contact

Sandra Grieve

Email

Sandragrieve@infrastructure-ni.gov.uk

Telephone

+44 2890547999

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps/home.do

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps/home.do

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps/home.do

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DFI -3306666 - DVA Test Centres - New Maintenance Of Roller Shutter Doors Contract

Reference number

3306666

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The services will entail reactive and planned maintenance of powered rolller shutter doors at up to 15 DVA Test Centres covering all of Northern Ireland. It will involve maintenance and repair services up to a total of 129 doors, the number of doors to be serviced and locations will reduce as the contract progresses. The doors are generally 5.0 m high x 4.0m wide for HGV vehicles or 3.6m high x 3.0 m wide for standard cars. The initial contract period will be for a period of 3 years with a Contracting Authority option to extend for a further 1 year based on 4 number 3 month extensions

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45421142 - Installation of shutters
  • 45421131 - Installation of doors
  • 45421100 - Installation of doors and windows and related components
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

The services will entail reactive and planned maintenance of powered rolller shutter doors at up to 15 DVA Test Centres covering all of Northern Ireland. It will involve maintenance and repair services up to a total of 129 doors, the number of doors to be serviced and locations will reduce as the contract progresses. The doors are generally 5.0 m high x 4.0m wide for HGV vehicles or 3.6m high x 3.0 m wide for standard cars. The initial contract period will be for a period of 3 years with a Contracting Authority option to extend for a further 1 year based on 4 number 3 month extensions

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £450,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

An initial 36 Months with the option to extend by a further 12 months based on 4nr 3 month extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In order for a Contractor/Consultant to be eligible to participate in this competition they must. hold licenses, accreditations or certificates for specific categories and sectors as set out below: . Refer to ITT documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Refer to ITT documentation.

Minimum level(s) of standards possibly required

Refer to ITT documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Contractor will need to demonstrate their experience and Technical ability by successfully passing a Minimum Standards Questionnaire , refer to the ITT documentation for details.

Minimum level(s) of standards possibly required

Refer to ITT documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Economic Operators’ performance on this Contract 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 Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures:. https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. . 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-public-bodies-which-ni-publicprocurement-policy-applies.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 February 2021

Local time

3:30pm

Place

via CPD’s e-procurement Tender system eTendersNI.

Information about authorised persons and opening procedure

Trained staff within CPDs Procurement Operations Branch


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

CPD, in its capacity as a Central Purchasing Body, is managing this procurement procedure on behalf of the Contracting Authority which is DVA NI. The Contracting Authority expressly reserves the right:. . i. to award one, some, all or no Lots; . ii. not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and. iii. 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 Economic Operators or Candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this procurement process.. . No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that they fully understand and accept this position.

six.4) Procedures for review

six.4.1) Review body

Department of Finance, Construction Procurement Delivery, Procurement Operations Branch

Department of Finance, Construction Procurement Delivery, Procurement Operations Branch Clare House, 303 Airport Road West

Belfast

BT3 9ED

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

“CPD will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision