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
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
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.