Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture Environment and Rural Affairs
BELFAST
Contact
Collaboration.CPDfinance-ni.gov.uk
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 is awarded by a central purchasing body
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 - Servicing and Maintenance of Plant Machinery 2025 - 2029 (ID 5574122)
Reference number
ID 5574122
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £375,000
two.2) Description
two.2.1) Title
LOT 1 - Ards and North Down District Council
Lot No
1
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
two.2.5) Award criteria
Quality criterion - Name: Social Value: Promoting Wellbeing / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.11) Information about options
Options: Yes
Description of options
Two years with a further option of up to Twelve 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.2.14) Additional information
The figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
two.2) Description
two.2.1) Title
LOT 2 - Causeway Coast and Glens District Council
Lot No
2
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
two.2.5) Award criteria
Quality criterion - Name: Social Value: Promoting Wellbeing / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.11) Information about options
Options: Yes
Description of options
Two years with a further option of up to Twelve 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.2.14) Additional information
The figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
two.2) Description
two.2.1) Title
LOT 3 - Fermanagh and Omagh District Council
Lot No
3
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
two.2.5) Award criteria
Quality criterion - Name: Social Value: Promoting Wellbeing / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.11) Information about options
Options: Yes
Description of options
Two years with a further option of up to Twelve 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.2.14) Additional information
The figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
two.2) Description
two.2.1) Title
LOT 4 - Lisburn and Castlereagh District Council
Lot No
4
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
two.2.5) Award criteria
Quality criterion - Name: Social Value: Promoting Wellbeing / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.11) Information about options
Options: Yes
Description of options
Two years with a further option of up to Twelve 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.2.14) Additional information
The figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
two.2) Description
two.2.1) Title
LOT 5 - Mid Ulster District Council
Lot No
5
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
two.2.5) Award criteria
Quality criterion - Name: Social Value: Promoting Wellbeing / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.11) Information about options
Options: Yes
Description of options
Two years with a further option of up to Twelve 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.2.14) Additional information
The figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
two.2) Description
two.2.1) Title
LOT 6 - Newry, Mourne and Down District Council
Lot No
6
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
two.2.5) Award criteria
Quality criterion - Name: Social Value: Promoting Wellbeing / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.11) Information about options
Options: Yes
Description of options
Two years with a further option of up to Twelve 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.2.14) Additional information
The figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
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: 2025/S 000-006105
Section five. Award of contract
Contract No
1
Lot No
1
Title
LOT 1 - Ards and North Down District Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 May 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CYRIL JOHNSTON CO LTD
Ballynahinch Road
BELFAST
BT8 8DJ
Telephone
+44 2890813121
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £45,000
Total value of the contract/lot: £45,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
LOT 2 - Causeway Coast and Glens District Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 May 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
D A Forgie
16 Seacoast Road
LIMAVADY
BT49 9DW
Telephone
+44 2877722375
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £102,000
Total value of the contract/lot: £102,000
Section five. Award of contract
Contract No
3
Lot No
3
Title
LOT 3 - Fermanagh and Omagh District Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 May 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Modern Tyres Ltd.
56 Tempo Road
Enniskillen
BT74 6HR
Telephone
+44 2866322299
Fax
+44 2866344713
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £71,000
Total value of the contract/lot: £71,000
Section five. Award of contract
Contract No
4
Lot No
4
Title
LOT 4 - Lisburn and Castlereagh District Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 May 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CYRIL JOHNSTON CO LTD
Ballynahinch Road
BELFAST
BT8 8DJ
Telephone
+44 2890813121
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £35,000
Total value of the contract/lot: £35,000
Section five. Award of contract
Contract No
5
Lot No
5
Title
LOT 5 - Mid Ulster District Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 May 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
D A Forgie
16 Seacoast Road
LIMAVADY
BT49 9DW
Telephone
+44 2877722375
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £50,000
Total value of the contract/lot: £50,000
Section five. Award of contract
Contract No
6
Lot No
6
Title
LOT 6 - Newry, Mourne and Down District Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 May 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CYRIL JOHNSTON CO LTD
Ballynahinch Road
BELFAST
BT8 8DJ
Telephone
+44 2890813121
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £72,000
Total value of the contract/lot: £72,000
Section six. Complementary information
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 twelve 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 complied with the Public Contracts Regulations 2015 and, where appropriate, incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information was communicated to Tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful Tenderers to challenge the award decision before the contract was entered into.