Section one: Contracting authority
one.1) Name and addresses
Procurement and Logistics Service
Pinewood Villa, Longstone Hospital, 73 Loughgall Road
Armagh
BT61 7PR
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
NI Fire and Rescue Services
1 Seymour Street
Lisburn
BT27 4SX
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
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
Wildland Coveralls
two.1.2) Main CPV code
- 35811100 - Fire-brigade uniforms
two.1.3) Type of contract
Supplies
two.1.4) Short description
Wildland Coveralls
two.1.5) Estimated total value
Value excluding VAT: £2,108,340
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35811100 - Fire-brigade uniforms
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Wildland Coveralls
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: Pass or Fail
Cost criterion - Name: Price / Weighting: 100
two.2.6) Estimated value
Value excluding VAT: £2,108,340
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This Contract is subject to renewal dependent on the Client's requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Potential to extend for up to and including 36 months, plus a further 18 months emergency extension.
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 estimated value stated in II.2.6 is for 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50% contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
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: 2024/S 000-022614
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 January 2025
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: 30 July 2025
four.2.7) Conditions for opening of tenders
Date
31 January 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body Contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in section 1.1. The contracting authorities will identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the "lowest price/cost", once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating quality, price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b.
six.4) Procedures for review
six.4.1) Review body
Business Services Organisation, Procurement and Logistics Service
Belfast
Country
United Kingdom