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
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.