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
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
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
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.