Tender

DoF - Collaborative Supply and Delivery of Liquefied Petroleum Gas (LPG) (ID 3358301)

  • Department of Finance

F02: Contract notice

Notice identifier: 2022/S 000-006499

Procurement identifier (OCID): ocds-h6vhtk-031ffd

Published 9 March 2022, 4:45pm



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

NUTS 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 to the above-mentioned address

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 Supply and Delivery of Liquefied Petroleum Gas (LPG) (ID 3358301)

two.1.2) Main CPV code

  • 09133000 - Liquefied Petroleum Gas (LPG)

two.1.3) Type of contract

Supplies

two.1.4) Short description

This multi-supplier framework will be for the supply of Bio Liquefied Petroleum Gas for a term of 4 years (48 months). The blend required will either be 10per cent, 25per cent, 50per cent, or 100per cent. Every order must have a minimum blend of 10per cent BioLPG. The client’s requirements (percentage blend) is detailed within Pricing Schedule. This will be fixed for the first contractual year. Prior to the beginning of each contractual year the client will confirm the percentage blend they require for the coming year. This process will continue for each contractual year of the framework. The client reserves the right to increase or decrease the blend of BioLPG on an annual basis. The anticipated commencement date shall be 1st August 2022 and expire on 31st March 2026.

two.1.5) Estimated total value

Value excluding VAT: £7,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09133000 - Liquefied Petroleum Gas (LPG)

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This multi-supplier framework will be for the supply of Bio Liquefied Petroleum Gas for a term of 4 years (48 months). The blend required will either be 10per cent, 25per cent, 50per cent, or 100per cent. Every order must have a minimum blend of 10per cent BioLPG. The client’s requirements (percentage blend) is detailed within Pricing Schedule. This will be fixed for the first contractual year. Prior to the beginning of each contractual year the client will confirm the percentage blend they require for the coming year. This process will continue for each contractual year of the framework. The client reserves the right to increase or decrease the blend of BioLPG on an annual basis. The anticipated commencement date shall be 1st August 2022 and expire on 31st March 2026.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £7,600,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Renewal due 01/08/2026

two.2.10) Information about variants

Variants will be accepted: No

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

two.2.14) Additional information

The value at II.2.6 is an estimate only. This is a demand lead Contract. There is no guaranteed level of business.. . The participating bodies are –. Department of Agriculture Environment and Rural Affairs (DAERA). DAERA – Agri-Food and Bioscience Institute (AFBI). DAERA – Loughs Agency . Department for Communities (DfC). DfC – Arts Council Northern Ireland (ACNI) . DfC – Libraries NI. DfC – Sport NI. DfC – National Museums NI (NMNI). Department for Economy (DfE) . DfE – Southern Regional College (SRC). DfE – South West College (SWC). DfE – Northern Regional College (NRC). Department for Infrastructure (DfI). Department of Justice (DoJ). DoJ – Northern Ireland Prison Service (NIPS). DoJ – Forensic Science Northern Ireland (FSNI). Department of Finance (DoF). Department of Health (DoH). The Executive Office (TEO). TEO – Maze Long Kesh Development Corporation (MLKDC). TEO – Victims and Survivors Service (VSS). NI Water. Education Authority NI. Business Services Organisation - Procurement and Logistics. NI Ambulance Service Trust. Northern Health and Social Care Trust. NI Fire and Rescue Service. Southern Health and Social Care Trust. South Eastern Health and Social Care Trust. Western Health and Social Care Trust. Belfast Health and Social Care Trust. Police Service Northern Ireland (PSNI)


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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

25 April 2022

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: 24 July 2022

four.2.7) Conditions for opening of tenders

Date

25 April 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Contract award notice will be published after tender evaluation.

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 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 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.