Tender

DAERA - Servicing and Maintenance of Plant Machinery 2025 - 2029 (ID 5574122)

  • Department of Agriculture Environment and Rural Affairs

F02: Contract notice

Notice identifier: 2025/S 000-006105

Procurement identifier (OCID): ocds-h6vhtk-04e4b8

Published 20 February 2025, 11:04am



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture Environment and Rural Affairs

BELFAST

Contact

Collaboration.CPDfinance-ni.gov.uk

Email

Collaboration.CPD@finance-ni.gov.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.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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA - Servicing and Maintenance of Plant Machinery 2025 - 2029 (ID 5574122)

Reference number

ID 5574122

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.

two.1.5) Estimated total value

Value excluding VAT: £375,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

two.2) Description

two.2.1) Title

LOT 1 - Ards and North Down District Council

Lot No

1

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.

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: £44,563

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

A renewal may be required on expiry of this arrangement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Two years with a further option of up to Twelve months.

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.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

two.2) Description

two.2.1) Title

LOT 2 - Causeway Coast and Glens District Council

Lot No

2

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.

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: £101,738

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

A renewal may be required on expiry of this arrangement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Two years with a further option of up to Twelve months.

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.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

two.2) Description

two.2.1) Title

LOT 3 - Fermanagh and Omagh District Council

Lot No

3

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.

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: £71,469

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two years with a further option of up to Twelve months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Two years with a further option of up to Twelve months.

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.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

two.2) Description

two.2.1) Title

LOT 4 - Lisburn and Castlereagh District Council

Lot No

4

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.

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: £34,473

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

A renewal may be required on expiry of this arrangement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Two years with a further option of up to Twelve months.

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.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

two.2) Description

two.2.1) Title

LOT 5 - Mid Ulster District Council

Lot No

5

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.

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: £50,448

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two years with a further option of up to Twelve months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Two years with a further option of up to Twelve months.

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.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

two.2) Description

two.2.1) Title

LOT 6 - Newry, Mourne and Down District Council

Lot No

6

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.

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: £72,309

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two years with a further option of up to Twelve months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Two years with a further option of up to Twelve months.

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.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Contract monitoring: the successful contractor’s performance on the contract will be.. regularly monitored. 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 Construction and Procurement Delivery (CPD) for further action. If this occurs and your performance does not improve.. to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at your expense as.. provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory.. Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may in accordance.. with The Public Contracts Regulations 2015 (as amended) be excluded from future public procurement competitions for a period of up to.. three years.


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

28 March 2025

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

Tender must be valid until: 26 June 2025

four.2.7) Conditions for opening of tenders

Date

28 March 2025

Local time

3:30pm

Place

Clare House

Information about authorised persons and opening procedure

SSD Representatives


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

The UK does not have any such bodies with responsibility for review/appeal or mediation procedures

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and.. where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information is communicated.. to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful. tenderers to.. challenge the award decision before the contract is entered into.