Contract

DoF – Collaborative arrangement – Supply and delivery of garage sundries (ID 4670174)

  • Department of Finance

F03: Contract award notice

Notice identifier: 2024/S 000-006291

Procurement identifier (OCID): ocds-h6vhtk-0402bc

Published 27 February 2024, 3:51pm



Section one: Contracting authority

one.1) Name and addresses

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

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.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

DoF – Collaborative arrangement – Supply and delivery of garage sundries (ID 4670174)

two.1.2) Main CPV code

  • 34000000 - Transport equipment and auxiliary products to transportation

two.1.3) Type of contract

Supplies

two.1.4) Short description

The purpose of this Contract will be to service the needs of the clients as listed within the participating bodies table of the specification of requirements. The Contract will be used to replenish all Garage Sundries product stockholdings on a regular basis. Clients Store Staff will create a ‘shopping-list’ of stock-type products to be delivered direct to the relevant stores within Northern Ireland.

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: £3,549,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 34330000 - Spare parts for goods vehicles, vans and cars
  • 44512900 - Drill bits, screwdriver bits and other accessories
  • 44531510 - Bolts and screws

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The purpose of this Contract will be to service the needs of the clients as listed within the participating bodies table of the specification of requirements. The Contract will be used to replenish all Garage Sundries product stockholdings on a regular basis. Clients Store Staff will create a ‘shopping-list’ of stock-type products to be delivered direct to the relevant stores within Northern Ireland.

two.2.5) Award criteria

Quality criterion - Name: Supply Chain arrangements / Weighting: 10

Cost criterion - Name: Total Contract Price / 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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-027943


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

19 February 2024

five.2.2) Information about tenders

Number of tenders received: 5

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: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

TRUCK BUS TRAILER COMPONENTS LTD

Unit 7c Blaris Industrial Estate Altona Road

LISBURN

BT27 5QB

Email

info.tbtcltd@gmail.com

Telephone

+44 2892601112

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: £3,549,000

Total value of the contract/lot: £3,549,000


Section six. Complementary information

six.3) Additional information

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

six.4) Procedures for review

six.4.1) Review body

The UK does not have any suchbodied 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

Precise information on deadline(s) for review procedures: CPD complied with the Public Contracts Regulations 2015 and, where appropriate, incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.