Section one: Contracting authority
one.1) Name and addresses
Department of Finance
303 Airport Road West
BELFAST
BT3 9ED
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.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.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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2
two.1.2) Main CPV code
- 35110000 - Firefighting, rescue and safety equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2 (Note this Framework consists of both Supplies and Services)
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 35113000 - Safety equipment
- 35112000 - Rescue and emergency equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2 (Note this Framework consists of both Supplies and Services)
two.2.5) Award criteria
Quality criterion - Name: As per tender documents / Weighting: 40
Cost criterion - Name: As per tender documents / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £2,750,000
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
The Framework will be renewed prior to expiry of the 4 years.
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.2.14) Additional information
The values are estimates of the requirements and no level of business is guaranteed.. Lot 1 is for PSNI use as per the details in the tender documents.
two.2) Description
two.2.1) Title
Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 35113000 - Safety equipment
- 35112000 - Rescue and emergency equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Collaborative Framework for the Maintenance and Supply of Portable Fire Fighting Equipment and Associated Services Lot 1 and Lot 2 (Note this Framework consists of both Supplies and Services)
two.2.5) Award criteria
Quality criterion - Name: As per tender documents / Weighting: 40
Cost criterion - Name: As per tender documents / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £6,250,000
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
The framework will be renewed prior to expiry.
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.2.14) Additional information
The values are estimates of the requirements and no level of business is guaranteed.. Lot 2 – Department of Finance and All other Public Sector Bodies as per the details in the tender documents.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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 several operators
Envisaged maximum number of participants to the framework agreement: 4
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The Framework Agreement will not exceed 4 years. The maximum length of a call off from the Framework is 5 years.
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
25 November 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: 23 February 2025
four.2.7) Conditions for opening of tenders
Date
25 November 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 Years
six.3) Additional information
The successful suppliers performance on the contract will be regularly monitored. Suppliers not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a supplier 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 Procurement Delivery Supplies and Services Division for further action. If this occurs and the Suppliers performance does not improve to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at the Suppliers expense as provided for in the Conditions of Contract In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may in accordance with The Public.. Contracts Regulations 2015 (as.. amended) be excluded from future public procurement competitions for a period of up to three years..
six.4) Procedures for review
six.4.1) Review body
Not applicable in the UK
Not applicable in the UK
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 on the award of contract 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.