Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
Contact
pb2infrastructure-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.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
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 involves 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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
Reference number
CfT 5181721
two.1.2) Main CPV code
- 18100000 - Occupational clothing, special workwear and accessories
two.1.3) Type of contract
Supplies
two.1.4) Short description
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
8
two.2) Description
two.2.1) Title
Head and Ear Protection
Lot No
1
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18800000 - Footwear
- 33700000 - Personal care products
- 18110000 - Occupational clothing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £60,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There are options to extend the initial contract period of 36 months by up to 3 further 12-month periods.
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 total value of all lots is estimated to be £1.2 Million however depending on demand this could increase to £1.5 Million.
two.2) Description
two.2.1) Title
Eye and Face Protection
Lot No
2
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18800000 - Footwear
- 33700000 - Personal care products
- 18110000 - Occupational clothing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £24,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend for 3 periods of 1 year each
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 total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
two.2) Description
two.2.1) Title
Hand and Arm Protection
Lot No
3
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18800000 - Footwear
- 33700000 - Personal care products
- 18110000 - Occupational clothing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £114,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend for 3 periods of 1 year each
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 total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
two.2) Description
two.2.1) Title
Clothing
Lot No
4
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18800000 - Footwear
- 33700000 - Personal care products
- 18110000 - Occupational clothing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £660,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend for 3 periods of 1 year each
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 total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
two.2) Description
two.2.1) Title
Foot Protection
Lot No
5
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18800000 - Footwear
- 33700000 - Personal care products
- 18110000 - Occupational clothing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £240,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend for 3 periods of 1 year each
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 total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
two.2) Description
two.2.1) Title
Respiratory
Lot No
6
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18800000 - Footwear
- 33700000 - Personal care products
- 18110000 - Occupational clothing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £24,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend for 3 periods of 1 year each
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 total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
two.2) Description
two.2.1) Title
First Aid
Lot No
7
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18800000 - Footwear
- 33700000 - Personal care products
- 18110000 - Occupational clothing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £24,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend for 3 periods of 1 year each
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 total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
two.2) Description
two.2.1) Title
Ancillary
Lot No
8
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18800000 - Footwear
- 33700000 - Personal care products
- 18110000 - Occupational clothing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail
Price - Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £24,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend for 3 periods of 1 year each
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 total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Department's particular requirements will be set out in the contract documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 May 2024
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: 1 August 2024
four.2.7) Conditions for opening of tenders
Date
3 May 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is.. intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://.. etendersni.gov.uk/epps/home.do The successful contractor's performance on the contract will be regularly monitored. 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 the Department for.. Infrastructure for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified.. period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory.. Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor.. being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered.. by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
DfI will incorporate a standstill period at the point information on the award. of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period. which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the. contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of. harm by a breach of the rules to take action in the High Court (Northern Ireland).