Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Fire and Rescue Service
1 Seymour Street
Lisburn
BT27 4SX
Contact
ProcurementStandards.cpdfinance-ni.gov.uk
Procurementstandards.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.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
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NORTHERN IRELAND FIRE AND RESCUE SERVICE TERM SERVICE CONTRACTS 2025 (RE-ISSUE)
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Northern Ireland Fire and Rescue Service
(NIFRS) is seeking to appoint four Economic Operators to enter into
framework agreements and Term Service Contracts for the provision
of building maintenance, planned/preventative maintenance and minor
works which may incorporate mechanical and electrical works,
building services, construction, civil engineering, roofing,
joinery, flooring, window and door repairs, painting, glazing works
and other specialist works including appliance room door
maintenance and servicing. The Economic Operators shall have the
resources in place to attend any works required 24 hours per day,
365 days per year (366 days in a leap year) (including all holidays
and weekends). They shall have significant flexibility and readily
available multi-disciplinary resources to provide the contracting
Authority with a rapid response and an ability to deal with
emergency type works. The contract will be in place for a period of
two years. The Contracting Authority has at its discretion the
option to extend for a further one year period plus an additional
one year period (2 year + 1 + 1), subject to demonstrable
satisfactory performance by the Economic Operator within the terms
and conditions stated in the Invitation to Tender documentation.
The Contracting Authority is not under any obligation to award any
call off contracts under the Framework Agreement. The Contracting
Authority is not responsible for meeting any costs incurred by the
Economic Operator should the value of any call off contracts
awarded under the Framework Agreement fall short of Economic
Operators’ expectations. The Contracting Authority reserves the
right at any time to procure similar or identical work outside the
Framework Agreement.
two.1.5) Estimated total value
Value excluding VAT: £16,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1 - Northern Area
Lot No
1
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Northern Ireland Fire and Rescue Service (NIFRS) is
seeking to appoint four Economic Operators to enter into framework
agreements and Term Service Contracts for the provision of building
maintenance, planned/preventative maintenance and minor works which
may incorporate mechanical and electrical works, building services,
construction, civil engineering, roofing, joinery, flooring, window
and door repairs, painting, glazing works and other specialist
works including appliance room door maintenance and servicing. The
Economic Operators shall have the resources in place to attend any
works required 24 hours per day, 365 days per year (366 days in a
leap year) (including all holidays and weekends). They shall have
significant flexibility and readily available multi-disciplinary
resources to provide the contracting Authority with a rapid
response and an ability to deal with emergency type works. The
contract will be in place for a period of two years. The
Contracting Authority has at its discretion the option to extend
for a further one year period plus an additional one year period (2
year + 1 + 1), subject to demonstrable satisfactory performance by
the Economic Operator within the terms and conditions stated in the
Invitation to Tender documentation. The Contracting Authority is
not under any obligation to award any call off contracts under the
Framework Agreement. The Contracting Authority is not responsible
for meeting any costs incurred by the Economic Operator should the
value of any call off contracts awarded under the Framework
Agreement fall short of Economic Operators’ expectations. The
Contracting Authority reserves the right at any time to procure
similar or identical work outside the Framework Agreement.
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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
As stated in procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Lot 2 - Southern Area
Lot No
2
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Northern Ireland Fire and Rescue Service (NIFRS) is
seeking to appoint four Economic Operators to enter into framework
agreements and Term Service Contracts for the provision of building
maintenance, planned/preventative maintenance and minor works which
may incorporate mechanical and electrical works, building services,
construction, civil engineering, roofing, joinery, flooring, window
and door repairs, painting, glazing works and other specialist
works including appliance room door maintenance and servicing. The
Economic Operators shall have the resources in place to attend any
works required 24 hours per day, 365 days per year (366 days in a
leap year) (including all holidays and weekends). They shall have
significant flexibility and readily available multi-disciplinary
resources to provide the contracting Authority with a rapid
response and an ability to deal with emergency type works. The
contract will be in place for a period of two years. The
Contracting Authority has at its discretion the option to extend
for a further one year period plus an additional one year period (2
year + 1 + 1), subject to demonstrable satisfactory performance by
the Economic Operator within the terms and conditions stated in the
Invitation to Tender documentation. The Contracting Authority is
not under any obligation to award any call off contracts under the
Framework Agreement. The Contracting Authority is not responsible
for meeting any costs incurred by the Economic Operator should the
value of any call off contracts awarded under the Framework
Agreement fall short of Economic Operators’ expectations. The
Contracting Authority reserves the right at any time to procure
similar or identical work outside the Framework Agreement.
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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
As stated in procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Lot 3 - Minor Works
Lot No
3
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Northern Ireland Fire and Rescue Service (NIFRS) is
seeking to appoint four Economic Operators to enter into framework
agreements and Term Service Contracts for the provision of building
maintenance, planned/preventative maintenance and minor works which
may incorporate mechanical and electrical works, building services,
construction, civil engineering, roofing, joinery, flooring, window
and door repairs, painting, glazing works and other specialist
works including appliance room door maintenance and servicing. The
Economic Operators shall have the resources in place to attend any
works required 24 hours per day, 365 days per year (366 days in a
leap year) (including all holidays and weekends). They shall have
significant flexibility and readily available multi-disciplinary
resources to provide the contracting Authority with a rapid
response and an ability to deal with emergency type works. The
contract will be in place for a period of two years. The
Contracting Authority has at its discretion the option to extend
for a further one year period plus an additional one year period (2
year + 1 + 1), subject to demonstrable satisfactory performance by
the Economic Operator within the terms and conditions stated in the
Invitation to Tender documentation. The Contracting Authority is
not under any obligation to award any call off contracts under the
Framework Agreement. The Contracting Authority is not responsible
for meeting any costs incurred by the Economic Operator should the
value of any call off contracts awarded under the Framework
Agreement fall short of Economic Operators’ expectations. The
Contracting Authority reserves the right at any time to procure
similar or identical work outside the Framework Agreement.
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
As stated in procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Lot 4 - Northern Area Reserve
Lot No
4
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Northern Ireland Fire and Rescue Service (NIFRS) is
seeking to appoint four Economic Operators to enter into framework
agreements and Term Service Contracts for the provision of building
maintenance, planned/preventative maintenance and minor works which
may incorporate mechanical and electrical works, building services,
construction, civil engineering, roofing, joinery, flooring, window
and door repairs, painting, glazing works and other specialist
works including appliance room door maintenance and servicing. The
Economic Operators shall have the resources in place to attend any
works required 24 hours per day, 365 days per year (366 days in a
leap year) (including all holidays and weekends). They shall have
significant flexibility and readily available multi-disciplinary
resources to provide the contracting Authority with a rapid
response and an ability to deal with emergency type works. The
contract will be in place for a period of two years. The
Contracting Authority has at its discretion the option to extend
for a further one year period plus an additional one year period (2
year + 1 + 1), subject to demonstrable satisfactory performance by
the Economic Operator within the terms and conditions stated in the
Invitation to Tender documentation. The Contracting Authority is
not under any obligation to award any call off contracts under the
Framework Agreement. The Contracting Authority is not responsible
for meeting any costs incurred by the Economic Operator should the
value of any call off contracts awarded under the Framework
Agreement fall short of Economic Operators’ expectations. The
Contracting Authority reserves the right at any time to procure
similar or identical work outside the Framework Agreement.
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: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
As stated in procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Lot 5 - Southern Area Reserve
Lot No
5
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45351000 - Mechanical engineering installation works
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Northern Ireland Fire and Rescue Service (NIFRS) is
seeking to appoint four Economic Operators to enter into framework
agreements and Term Service Contracts for the provision of building
maintenance, planned/preventative maintenance and minor works which
may incorporate mechanical and electrical works, building services,
construction, civil engineering, roofing, joinery, flooring, window
and door repairs, painting, glazing works and other specialist
works including appliance room door maintenance and servicing. The
Economic Operators shall have the resources in place to attend any
works required 24 hours per day, 365 days per year (366 days in a
leap year) (including all holidays and weekends). They shall have
significant flexibility and readily available multi-disciplinary
resources to provide the contracting Authority with a rapid
response and an ability to deal with emergency type works. The
contract will be in place for a period of two years. The
Contracting Authority has at its discretion the option to extend
for a further one year period plus an additional one year period (2
year + 1 + 1), subject to demonstrable satisfactory performance by
the Economic Operator within the terms and conditions stated in the
Invitation to Tender documentation. The Contracting Authority is
not under any obligation to award any call off contracts under the
Framework Agreement. The Contracting Authority is not responsible
for meeting any costs incurred by the Economic Operator should the
value of any call off contracts awarded under the Framework
Agreement fall short of Economic Operators’ expectations. The
Contracting Authority reserves the right at any time to procure
similar or identical work outside the Framework Agreement.
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: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
As stated in procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
As stated in procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 a single operator
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
10 October 2024
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 November 2024
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: 25 February 2052
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Health Estates
Annex 2 Castle Buildings
BELFAST
BT4 3SQ
Procurementstandards.cpd@finance-ni.gov.uk
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As stated in procurement documents