Contract

DoF - Collaborative Arrangement - Supply and delivery of vehicle batteries (ID 4189760)

  • Department of Finance

F03: Contract award notice

Notice identifier: 2023/S 000-009335

Procurement identifier (OCID): ocds-h6vhtk-039a02

Published 30 March 2023, 3:34pm



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

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

DoF - Collaborative Arrangement - Supply and delivery of vehicle batteries (ID 4189760)

two.1.2) Main CPV code

  • 31440000 - Batteries

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract will be for the supply and delivery of motor vehicle, motor cycle and plant batteries to various locations throughout Northern Ireland Vehicle Batteries for a term of 4 years. The anticipated commencement date shall be 1st April 2023 and expire on 31st March 2027.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £2,392,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 31440000 - Batteries

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract will be for the supply and delivery of motor vehicle, motor cycle and plant batteries to various locations throughout Northern Ireland Vehicle Batteries for a term of 4 years. The anticipated commencement date shall be 1st April 2023 and expire on 31st March 2027.

two.2.5) Award criteria

Price

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

This is a demand lead contract. The The Contractwill used by the Clients listed below:Department of Agriculture Environment and Rural Affairs - DAERA DAERA – Forest service DAERA – Agri-Food And Biosciences InstituteDepartment for Communities – DfCDfC – Arts Council NI ACNIDfC – National Museums NI NMNIDfC – SportNIDepartment for Economy – DfEDfE – Health and Safety Executive Northern IrelandDfE – Southern Regional CollegeDepartment for Infrastructure - DfIDfI- Roads RiversDfI – DVADepartment of Justice – DoJDoJ – NIPSNorthern Ireland Housing Executive – NIHEEducation Authority – EANIPolice Service NI - PSNIBSO - Procurement and Logistics ServiceBelfast Health and Social Care Trust BHSTNorthern Ireland fire and Rescue Service NIFRSNorthern Ireland Ambulance Service NIAS


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-003591


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 March 2023

five.2.2) Information about tenders

Number of tenders received: 3

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: 3

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

five.2.3) Name and address of the contractor

TRANSPORT SUPPLIES N.I. LTD

21 Dargan Cresent

BELFAST

BT3 9JP

Email

sales@transportsupplies.co.uk

Telephone

+44 2890781230

Fax

+44 2890370131

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: £2,392,000

Total value of the contract/lot: £2,392,000


Section six. Complementary information

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 their performance still does not improve to satisfactory levels within the specified period, this may 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 complied with the Public Contracts Regulations 2015 and, where appropriate,. incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information. was communicated to tenderers. That notification 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.