Section one: Contracting authority
one.1) Name and addresses
the Education Authority
40 Academy Street
Belfast
BT1 2NQ
facilities.procure@eani.org.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
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 to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
FMM-23-011 Supply and Maintenance of Fire Fighting Equipment
two.1.2) Main CPV code
- 50413200 - Repair and maintenance services of firefighting equipment
two.1.3) Type of contract
Services
two.1.4) Short description
FMM-23-011 Supply and Maintenance of Fire Fighting Equipment
two.1.5) Estimated total value
Value excluding VAT: £2,673,056.75
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24951230 - Fire-extinguisher charges
- 35111320 - Portable fire-extinguishers
- 39525400 - Fire blankets
- 35110000 - Firefighting, rescue and safety equipment
- 51700000 - Installation services of fire protection equipment
- 44482000 - Fire-protection devices
- 24951210 - Fire-extinguisher powder
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
FMM-23-011 Supply and Maintenance of Fire Fighting Equipment
two.2.5) Award criteria
Quality criterion - Name: Delivery of Services / Weighting: 19.8
Quality criterion - Name: Delivery of Social Value / Weighting: 10.2
Cost criterion - Name: Price / Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £2,673,056.76
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
Option to extend the contract for any period of up to and including 24 months as per the tender documents.
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 EA invites tenders for the Maintenance, Recharging and Testing of Fire Extinguishers and Supply of Fire Fighting Equipment for a 3 (three) year Initial Period, with options to extend for any period of up to 24 months, It should be noted that the extension options may or may not be exercised. EA’s intention is to award the contract to one Contractor capable of providing the service specification for the period of the contract to ensure that the fire fighting equipment is fully maintained, tested and supplied on a regular basis. The value shown in II.2.6 is the highest value estimated in the following range: £1,573,304.40 - £2,673,056.76 excluding VAT. This value has been calculated on a 5 year basis that includes contingency for higher demand, inflation and extension periods. There is no commitment as to the usage volume or value of orders during this contract.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
As detailed in the tender 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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-007592
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 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: 19 September 2024
four.2.7) Conditions for opening of tenders
Date
21 June 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Authority reserves the right not to award all or part of this Contract. The Authority expressly reserves the rights:. (I) not to award any Contract as a result of the procurement process commenced by publication of this notice; . (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; . (III) to award (a) Contract(s) in respect of any part(s)of the services covered by this notice;. (IV) (IV) to award Contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.. The Successful Contractor(s) performance on this contract will be managed as per the specification and regularly monitored (see Protocol for Managing Supplier Poor Performance (Finance-ni.gov.uk). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting value for money. If a Contractor fails to reach satisfactory levels of performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of performance, the matter will be escalated to senior management within the Education Authority (EA) 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 Notice of Unsatisfactory Performance which may result in the termination of the Contract. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by the EA. The EA are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The EA has included with the Contract documents Schedule 4 - Social Considerations Schedule, to help achieve the EA’s objectives and address the strategic aims. It is required that the successful Contractor, as a condition of contract, deliver measurable social value outcomes as set within this Social Considerations Schedule. The Authority cannot give any commitment as to the usage, volume, or value of orders required under this Contract. Any levels, or aggregate values of goods, referred to are indicative only and. shall not be binding on the Client.
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. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015
Belfast
Country
United Kingdom