Tender

Uniforms for Northern Ireland Fire and Rescue Service

  • Procurement and Logistics Service
  • NI Fire and Rescue Services

F02: Contract notice

Notice identifier: 2024/S 000-012862

Procurement identifier (OCID): ocds-h6vhtk-04462d

Published 19 April 2024, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

Procurement and Logistics Service

Pinewood Villa, Longstone Hospital, 73 Loughgall Road

Armagh

BT61 7PR

Email

Palsarmagh.Sourcing@hscni.net

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

NI Fire and Rescue Services

1 Seymour Street

Lisburn

BT27 4SX

Email

Palsarmagh.Sourcing@hscni.net

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

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

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Uniforms for Northern Ireland Fire and Rescue Service

Reference number

4854914

two.1.2) Main CPV code

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

Uniforms for Northern Ireland Fire and Rescue Service

two.1.5) Estimated total value

Value excluding VAT: £6,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1 Uniforms, Rank Markings, Insignia, Epaulettes and Sliders

Lot No

1

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Uniforms for Northern Ireland Fire and Rescue Service

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £3,900,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Contract is subject to renewal dependent on the Clients requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Following the Initial Contract Period there is provision to extend for up to and including 36 months. An additional 18 months emergency extension is available.

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 value stated in II.2.6 is for 4 years with provision to extend for up to and including 36 months plus 18 months emergency extension.

two.2) Description

two.2.1) Title

Lot 2 Undress Uniform

Lot No

2

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Uniforms for Northern Ireland Fire and Rescue Service

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £2,700,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Contract is subject to renewal dependent on the Clients requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Following the Initial Contract Period there is provision to extend for up to and including 36 months. An additional 18 months emergency extension is available.

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 value stated in II.2.6 is for 4 years with provision to extend for up to and including 36 months plus 18 months emergency extension.


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: 2024/S 000-007251

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 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: 16 November 2024

four.2.7) Conditions for opening of tenders

Date

20 May 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in section 1.1. The contracting authorities will identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the "lowest price/cost", once full compliance has been demonstrated with all of the elements of the. specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating quality, price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b.

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation, Procurement and Logistics Service

Belfast

Country

United Kingdom