Contract

DAERA - Servicing and Maintenance of Plant Machinery 2025 - 2029 (ID 5574122)

  • Department of Agriculture Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2025/S 000-023255

Procurement identifier (OCID): ocds-h6vhtk-04e4b8 (view related notices)

Published 20 May 2025, 1:47pm



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture Environment and Rural Affairs

BELFAST

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.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

Email

a.boyd@cyriljohnston.org

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

Email

info@forgie.com

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

Email

general.info@moderntyres.com

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

Email

a.boyd@cyriljohnston.org

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

Email

info@forgie.com

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

Email

a.boyd@cyriljohnston.org

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.