Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Contact
etnitranslink.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
P-2939 Supply of Personal Protective Equipment (PPE)
two.1.2) Main CPV code
- 18143000 - Protective gear
two.1.3) Type of contract
Supplies
two.1.4) Short description
Translink is looking for a competent supplier to provide Personal Protective Equipment (PPE) to its stores locations in Northern Ireland. This will be an initial 3-year contract with possible further extensions for up to 2 years. Anticipated Contract Start Date is January 2025. Your response must be submitted via the relevant Call for Tender (CfT) on the eTendersNI portal. Instructions on how to submit your response can be found within the Interactive Walkthrough on the eTendersNI Homepage. No other method of submission will be accepted.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £950,000
two.2) Description
two.2.2) Additional CPV code(s)
- 18142000 - Safety visors
- 18141000 - Work gloves
- 18140000 - Workwear accessories
- 18230000 - Miscellaneous outerwear
- 18424000 - Gloves
- 18424300 - Disposable gloves
- 18444100 - Safety headgear
- 18443400 - Chin straps for headgear
- 18443340 - Caps
- 18444200 - Hard hats
- 18200000 - Outerwear
- 33141113 - Bandages
- 33141118 - Wipes
- 33141623 - First-aid boxes
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Translink is looking for a competent supplier to provide Personal Protective Equipment (PPE) to its stores locations in Northern Ireland. This will be an initial 3-year contract with possible further extensions for up to 2 years. Anticipated Contract Start Date is January 2025. Your response must be submitted via the relevant Call for Tender (CfT) on the eTendersNI portal. Instructions on how to submit your response can be found within the Interactive Walkthrough on the eTendersNI Homepage. No other method of submission will be accepted.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 10
Cost criterion - Name: Financial / Weighting: 90
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 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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-027651
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 February 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
PJD Safety Supplies
122-124 Moore Street
AUGHNACLOY
BT69 6AA
Telephone
+44 2887722940
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £950,000
Total value of the contract/lot: £950,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
Belfast
Country
United Kingdom