Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture Environment and Rural Affairs
BELFAST
Contact
Collaboration.CPDfinance-ni.gov.uk
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.