Section one: Contracting authority
one.1) Name and addresses
DAERA Forest Service
Inishkeen House
Enniskillen
BT74 3EJ
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.1) Name and addresses
DfI
10-18 Adelaide Street
Belfast
BT2 8GB
ssdadmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UKN0 - Northern Ireland
Internet address(es)
Main 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 to the above-mentioned address
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 - Supply Delivery and Fitting of Hydraulic Hoses for DAERA and DfI
Reference number
ID5162438
two.1.2) Main CPV code
- 42000000 - Industrial machinery
two.1.3) Type of contract
Supplies
two.1.4) Short description
DAERA Forest Service, and DfI Transport Road Asset Management TRAM wish to establish a Framework of Suppliers for the provision of the supply of Hydraulic Hoses. The Framework will be separated into 2 lots: Lot 1 – (a) Supply of Hydraulic Hoses, Fittings and Coupling (Counter Service only) – (b) Supply and delivery of Hydraulic Hoses, Fittings and Coupling Lot 2 – Supply, Delivery and Fitting of Hydraulic Hoses
two.1.5) Estimated total value
Value excluding VAT: £400,000
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
Supply of Hydraulic Hoses, Fittings and Coupling
Lot No
1
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44165100 - Hoses
- 42110000 - Turbines and motors
- 42120000 - Pumps and compressors
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA Forest Service, and DfI Transport Road Asset Management TRAM wish to establish a Framework of Suppliers for the provision of the supply of Hydraulic Hoses. The Framework will be separated into 2 lots: Lot 1 – (a) Supply of Hydraulic Hoses, Fittings and Coupling (Counter Service only) – (b) Supply and delivery of Hydraulic Hoses, Fittings and Coupling Lot 2 – Supply, Delivery and Fitting of Hydraulic Hoses
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £200,000
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: Yes
Description of options
The initial Framework period will be 24 months. The client may extend for any period up to
and including 24 months
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) Description
two.2.1) Title
Supply, Delivery and Fitting of Hydraulic Hoses
Lot No
2
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44165100 - Hoses
- 42110000 - Turbines and motors
- 42120000 - Pumps and compressors
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA Forest Service, and DfI Transport Road Asset Management TRAM wish to establish a Framework of Suppliers for the provision of the supply of Hydraulic Hoses. The Framework will be separated into 2 lots: Lot 1 – (a) Supply of Hydraulic Hoses, Fittings and Coupling (Counter Service only) – (b) Supply and delivery of Hydraulic Hoses, Fittings and Coupling Lot 2 – Supply, Delivery and Fitting of Hydraulic Hoses
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £200,000
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: Yes
Description of options
The initial Framework period will be 24 months. The client may extend for any period up to
and including 24 months
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.1.3) 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.1.3) 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: 3
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
20 June 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: 18 September 2024
four.2.7) Conditions for opening of tenders
Date
20 June 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The successful Contractor’s performance will be managed as per the specification and 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 CPD for further action. If this. occurs and your performance does not improve to satisfactory levels within the specified period, this can 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 special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulation
uk
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 (as amended)and. where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision