Contract

Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2

  • The Department of Finance

F03: Contract award notice

Notice identifier: 2025/S 000-007534

Procurement identifier (OCID): ocds-h6vhtk-04b0e1 (view related notices)

Published 28 February 2025, 2:17pm



Section one: Contracting authority

one.1) Name and addresses

The Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

ssdadmin.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

Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2

two.1.2) Main CPV code

  • 35110000 - Firefighting, rescue and safety equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2 (Note this Framework consists of both Supplies and Services)

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £9,000,000

two.2) Description

two.2.1) Title

Lot 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 35113000 - Safety equipment
  • 35112000 - Rescue and emergency equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2 (Note this Framework consists of both Supplies and Services)

two.2.5) Award criteria

Quality criterion - Name: as per tender documents / Weighting: 40

Cost criterion - Name: as per tender documents / Weighting: 60

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 values are estimates of the requirements and no level of business is guaranteed.

two.2) Description

two.2.1) Title

Lot 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 35113000 - Safety equipment
  • 35112000 - Rescue and emergency equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2 (Note this Framework consists of both Supplies and Services)

two.2.5) Award criteria

Quality criterion - Name: as per tender documents / Weighting: 40

Cost criterion - Name: as per tender documents / Weighting: 60

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 values are estimates of the requirements and no level of business is guaranteed


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

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: 2024/S 000-034461


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 February 2025

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

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

five.2.3) Name and address of the contractor

Withheld for security reasons

N/A

Email

ssdadmin.cpd@finance-ni.gov.uk

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: £2,750,000

Total value of the contract/lot: £2,750,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 February 2025

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

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

five.2.3) Name and address of the contractor

D B MCLARNON FIRE PROTECTION AGENCY LTD

UNIT 44

BELFAST

BT11 8BU

Email

ssdadmin.cpd@finance-ni.gov.uk

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: £6,250,000

Total value of the contract/lot: £6,250,000


Section six. Complementary information

six.3) Additional information

To be inserted directly following V.2.3). This framework (LOT 2) has been awarded to two Contractors. The second Contractor is as detailed. Name and address of LOT 2 contractor 2. Official name: Walker Fire (UK) Limited. Postal address: Unit 81 Roman Way Ind Est. Town: PRESTON NUTS code: UK Postal code: PR2 5BB Country: United Kingdom. E-mail: ssdadmin.cpd@finance-ni.gov.uk . Internet address: (URL) https://etendersni.gov.uk/epps Fax:. The contractor is an SME: yes .. . . 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 Supplies and Services. Division for further action. If this occurs and the contractor's performance does not improve to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at the contractor's 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. Note this is a demand led contract and the values stated are estimates.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 and, if applicable, incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification, if applicable, 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.