Tender

DAERA - AFBI - Hillsborough Farmed Estate - Mechanical Maintenance (ID 4811658)

  • Agri-Food Biosciences Institute
  • Agri-Food Biosciences Institute
  • Agri-Food and Biosciences Institute NI

F02: Contract notice

Notice identifier: 2023/S 000-019031

Procurement identifier (OCID): ocds-h6vhtk-03dec0

Published 4 July 2023, 2:52pm



Section one: Contracting authority

one.1) Name and addresses

Agri-Food Biosciences Institute

Large Park

Hillsborough

BT26 6DR

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.1) Name and addresses

Agri-Food Biosciences Institute

Hillsborough

Email

collaboration.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Agri-Food and Biosciences Institute NI

Newforge Lane

Belfast

BT9 5PX

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 involves 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 - AFBI - Hillsborough Farmed Estate - Mechanical Maintenance (ID 4811658)

Reference number

ID 4811658

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

AFBI requires a Mechanical Maintenance Service to cover a wide range of Vehicles, Agricultural Equipment and Plant. The main work area is situated at AFBI-Hillsborough, however, emergency work may be required on other AFBI sites at Crossnacreevy, Loughgall, Newforge Lane and Stormont. All work schedules will be allocated and supervised by AFBI’s on-site Farm Maintenance Manager or in their absence the Farm Manager or Deputy Farm Manager. An indoor work area will be made available at the AFBI-Hillsborough site.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

AFBI requires a Mechanical Maintenance Service to cover a wide range of Vehicles, Agricultural Equipment and Plant. The main work area is situated at AFBI-Hillsborough, however, emergency work may be required on other AFBI sites at Crossnacreevy, Loughgall, Newforge Lane and Stormont. All work schedules will be allocated and supervised by AFBI’s on-site Farm Maintenance Manager or in their absence the Farm Manager or Deputy Farm Manager. An indoor work area will be made available at the AFBI-Hillsborough site.

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: £500,000

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

s: It is anticipated this contract will be re-tendered at the end of the initial contract period or the optional

extensions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Two (2) years, with two (2) options to extend the contract for further periods of up to 12 months each

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 12 months from the date of issue of the certificate.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) 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

7 August 2023

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: 5 November 2023

four.2.7) Conditions for opening of tenders

Date

7 August 2023

Local time

3:30pm

Place

Clare House

Information about authorised persons and opening procedure

CPD Staff


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: A contract renewal will be required to be in place for August 2027

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, 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 12 months from the date of issue of the certificate..

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 (as amended) 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.