Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs DAERA - Forest Service NI
BELFAST
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 electronically via
https://etendersni.gov.uk/epps
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
DAERA – Forest Service – Repair and Maintenance of Road Vehicles (ID 3485388)
Reference number
ID 3485388
two.1.2) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Forest Service intends to establish a multi-supplier Framework where call-off contractual arrangements will be awarded in order to support its in-house maintenance operations. The Framework is designed to provide Forest Service with a facility to have over-spill work undertaken which occurs when in-house capacity is not sufficient to meet operational requirements.
two.1.5) Estimated total value
Value excluding VAT: £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)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Forest Service intends to establish a multi-supplier Framework where call-off contractual arrangements will be awarded in order to support its in-house maintenance operations. The Framework is designed to provide Forest Service with a facility to have over-spill work undertaken which occurs when in-house capacity is not sufficient to meet operational requirements.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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, 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.
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: 10
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
14 June 2021
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: 12 September 2021
four.2.7) Conditions for opening of tenders
Date
14 June 2021
Local time
3:30pm
Place
Clare House
Information about authorised persons and opening procedure
CPD Representatives
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.