Opportunity

Northern Ireland Fire and Rescue Service - Term service Contracts 2021

  • Northern Ireland Fire and Rescue Service

F02: Contract notice

Notice reference: 2021/S 000-002686

Published 10 February 2021, 10:16am



The closing date and time has been changed to:

15 March 2021, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Northern Ireland Fire and Rescue Service

1 SEYMOUR STREET

Lisburn

BT27 4SX

Contact

Procurement Operations Branch

Email

constructinfo@finance-ni.gov.uk

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

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Northern Ireland Fire and Rescue Service - Term service Contracts 2021

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Northern Ireland Fire and Rescue Service (NIFRS) is seeking to appoint a minimum of three Economic Operators to enter into framework agreements and Term Service Contracts for the provision of building maintenance, planned/preventative maintenance and minor works which may incorporate mechanical and electrical works, building services, construction, civil engineering, roofing, joinery, flooring, window and door repairs, painting, glazing works and other specialist works including appliance room door maintenance and servicing. The Economic Operators shall have the resources in place to attend any works required 24 hours per day, 365 days per year (366 days in a leap year) (including all holidays and weekends). They shall have significant flexibility and readily available multi-disciplinary resources to provide the contracting Authority with a rapid response and an ability to deal with emergency type works. Successful Economic Operators will be awarded to a lot within the boundary of the NIFRS. Primary and reserve Economic Operators will be awarded to lots 1 and 2. These Economic Operators will also be awarded to Lot 3. (Refer to Table 1: Lot Award for further information). The lots are as follows: Lot 1 Northern Area Lot 2 Southern Area Lot 3 Minor Works (NIFRS wide i.e. Northern Ireland wide) Lot 1 Northern Area and Lot 2 Southern Area will comprise reactive and planned/preventative maintenance for the stations included in each area. They will also comprise minor works that are less in value than £100,000 within that geographic area, subject to point 2 under Lot 3, see below. Lot 3 Minor Works will comprise: 1. Replacement building elements and refurbishment works that are greater in value than £100,000 in either Northern or Southern area; or 2. Replacement building elements and refurbishment works that are greater in value than £10,000 and are contained in both the Northern and the Southern area, for example a programme of works to replace the roofs on a number of buildings.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Noorthern Area

Lot No

1

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations

two.2.3) Place of performance

NUTS codes
  • UKN - NORTHERN IRELAND

two.2.4) Description of the procurement

The Northern Ireland Fire and Rescue Service (NIFRS) is seeking to appoint a minimum of three Economic Operators to enter into framework agreements and Term Service Contracts for the provision of building maintenance, planned/preventative maintenance and minor works which may incorporate mechanical and electrical works, building services, construction, civil engineering, roofing, joinery, flooring, window and door repairs, painting, glazing works and other specialist works including appliance room door maintenance and servicing. The Economic Operators shall have the resources in place to attend any works required 24 hours per day, 365 days per year (366 days in a leap year) (including all holidays and weekends). They shall have significant flexibility and readily available multi-disciplinary resources to provide the contracting Authority with a rapid response and an ability to deal with emergency type works. Successful Economic Operators will be awarded to a lot within the boundary of the NIFRS. Primary and reserve Economic Operators will be awarded to lots 1 and 2. These Economic Operators will also be awarded to Lot 3. (Refer to Table 1: Lot Award for further information). The lots are as follows: Lot 1 Northern Area Lot 2 Southern Area Lot 3 Minor Works (NIFRS wide i.e. Northern Ireland wide) Lot 1 Northern Area and Lot 2 Southern Area will comprise reactive and planned/preventative maintenance for the stations included in each area. They will also comprise minor works that are less in value than £100,000 within that geographic area, subject to point 2 under Lot 3, see below. Lot 3 Minor Works will comprise: 1. Replacement building elements and refurbishment works that are greater in value than £100,000 in either Northern or Southern area; or 2. Replacement building elements and refurbishment works that are greater in value than £10,000 and are contained in both the Northern and the Southern area, for example a programme of works to replace the roofs on a number of buildings.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £3,500,000

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

The Framework Agreements and Contracts shall be awarded for a period of three years subject to the ongoing satisfactory performance of the Economic Operator. The Contracting Authority may implement an option to extend the Framework Agreements and Contracts for a further 1 year period beyond the initial three year term.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

Refer to the PQQ documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreements and Contracts shall be awarded for a period of three years subject to the ongoing satisfactory performance of the Economic Operator. The Contracting Authority may implement an option to extend the Framework Agreements and Contracts for a further 1 year period beyond the initial three year term.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Southern Area

Lot No

2

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations

two.2.3) Place of performance

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

Southern Area sites Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Fire and Rescue Service (NIFRS) is seeking to appoint a minimum of three Economic Operators to enter into framework agreements and Term Service Contracts for the provision of building maintenance, planned/preventative maintenance and minor works which may incorporate mechanical and electrical works, building services, construction, civil engineering, roofing, joinery, flooring, window and door repairs, painting, glazing works and other specialist works including appliance room door maintenance and servicing. The Economic Operators shall have the resources in place to attend any works required 24 hours per day, 365 days per year (366 days in a leap year) (including all holidays and weekends). They shall have significant flexibility and readily available multi-disciplinary resources to provide the contracting Authority with a rapid response and an ability to deal with emergency type works. Successful Economic Operators will be awarded to a lot within the boundary of the NIFRS. Primary and reserve Economic Operators will be awarded to lots 1 and 2. These Economic Operators will also be awarded to Lot 3. (Refer to Table 1: Lot Award for further information). The lots are as follows: Lot 1 Northern Area Lot 2 Southern Area Lot 3 Minor Works (NIFRS wide i.e. Northern Ireland wide) Lot 1 Northern Area and Lot 2 Southern Area will comprise reactive and planned/preventative maintenance for the stations included in each area. They will also comprise minor works that are less in value than £100,000 within that geographic area, subject to point 2 under Lot 3, see below. Lot 3 Minor Works will comprise: 1. Replacement building elements and refurbishment works that are greater in value than £100,000 in either Northern or Southern area; or 2. Replacement building elements and refurbishment works that are greater in value than £10,000 and are contained in both the Northern and the Southern area, for example a programme of works to replace the roofs on a number of buildings.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £3,500,000

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

The Framework Agreements and Contracts shall be awarded for a period of three years subject to the ongoing satisfactory performance of the Economic Operator. The Contracting Authority may implement an option to extend the Framework Agreements and Contracts for a further 1 year period beyond the initial three year term.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

Refer to PQQ documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreements and Contracts shall be awarded for a period of three years subject to the ongoing satisfactory performance of the Economic Operator. The Contracting Authority may implement an option to extend the Framework Agreements and Contracts for a further 1 year period beyond the initial three year term.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Minor Works (Northern Ireland wide)

Lot No

3

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations

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 Northern Ireland Fire and Rescue Service (NIFRS) is seeking to appoint a minimum of three Economic Operators to enter into framework agreements and Term Service Contracts for the provision of building maintenance, planned/preventative maintenance and minor works which may incorporate mechanical and electrical works, building services, construction, civil engineering, roofing, joinery, flooring, window and door repairs, painting, glazing works and other specialist works including appliance room door maintenance and servicing. The Economic Operators shall have the resources in place to attend any works required 24 hours per day, 365 days per year (366 days in a leap year) (including all holidays and weekends). They shall have significant flexibility and readily available multi-disciplinary resources to provide the contracting Authority with a rapid response and an ability to deal with emergency type works. Successful Economic Operators will be awarded to a lot within the boundary of the NIFRS. Primary and reserve Economic Operators will be awarded to lots 1 and 2. These Economic Operators will also be awarded to Lot 3. (Refer to Table 1: Lot Award for further information). The lots are as follows: Lot 1 Northern Area Lot 2 Southern Area Lot 3 Minor Works (NIFRS wide i.e. Northern Ireland wide) Lot 1 Northern Area and Lot 2 Southern Area will comprise reactive and planned/preventative maintenance for the stations included in each area. They will also comprise minor works that are less in value than £100,000 within that geographic area, subject to point 2 under Lot 3, see below. Lot 3 Minor Works will comprise: 1. Replacement building elements and refurbishment works that are greater in value than £100,000 in either Northern or Southern area; or 2. Replacement building elements and refurbishment works that are greater in value than £10,000 and are contained in both the Northern and the Southern area, for example a programme of works to replace the roofs on a number of buildings.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £8,000,000

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

The Framework Agreements and Contracts shall be awarded for a period of three years subject to the ongoing satisfactory performance of the Economic Operator. The Contracting Authority may implement an option to extend the Framework Agreements and Contracts for a further 1 year period beyond the initial three year term.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

Refer to PQQ documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreements and Contracts shall be awarded for a period of three years subject to the ongoing satisfactory performance of the Economic Operator. The Contracting Authority may implement an option to extend the Framework Agreements and Contracts for a further 1 year period beyond the initial three year term.

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

Refer to PQQ Documentation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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.financeni.... 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-public-procurement-policy-applies


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Originally published as:

Date

11 March 2021

Local time

3:00pm

Changed to:

Date

15 March 2021

Local time

3:00pm

See the change notice.

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: 300 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Department of Finance, Construction and Procurement delivery, Procurement Operations Branch

303 Airport Road West

Belfast

BT3 9ED

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

www.finance-ni.gov.uk/contact