Tender

HSENI - Preparation and Testing of External Emergency Plans

  • Health and Safety Executive for Northern Ireland
  • Health and Safety Executive for Northern Ireland

F02: Contract notice

Notice identifier: 2024/S 000-041436

Procurement identifier (OCID): ocds-h6vhtk-04ccb2

Published 23 December 2024, 3:21pm



Section one: Contracting authority

one.1) Name and addresses

Health and Safety Executive for Northern Ireland

83 Ladas Drive

BELFAST

BT6 9FR

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

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.1) Name and addresses

Health and Safety Executive for Northern Ireland

83 Ladas Drive

Belfast

BT6 9FR

Email

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 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

Tenders or requests to participate must be submitted to the above-mentioned address

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

HSENI - Preparation and Testing of External Emergency Plans

Reference number

5560598

two.1.2) Main CPV code

  • 71317200 - Health and safety services

two.1.3) Type of contract

Services

two.1.4) Short description

HSENI requires a Contractor to prepare and review emergency plans and conduct exercises in order to test the effectiveness of plans and the emergency response arrangements.

two.1.5) Estimated total value

Value excluding VAT: £176,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71317210 - Health and safety consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79430000 - Crisis management services
  • 79417000 - Safety consultancy services
  • 80550000 - Safety training services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

HSENI requires a Contractor to prepare and review emergency plans and conduct exercises in order to test the effectiveness of plans and the emergency response arrangements.

two.2.5) Award criteria

Quality criterion - Name: Proposed Team Experience / Weighting: 21

Quality criterion - Name: Proposed Methodology – One Individual Exercise Per Site / Weighting: 24.5

Quality criterion - Name: Proposed Methodology – Media Day / Weighting: 14

Quality criterion - Name: Social Value - Proposed Environmental Benefits / Weighting: 10.5

Cost criterion - Name: Total Costs per Key Activity for the completion of One Individual Exercise Per Site / Weighting: 6

Cost criterion - Name: Daily Rate for the Completion of New Emergency Plan / Weighting: 24

two.2.6) Estimated value

Value excluding VAT: £175,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

33

This contract is subject to renewal

Yes

Description of renewals

HSENI has an ongoing statutory requirement to arrange the preparation and testing of Emergency Plans for

major hazard sites including gas transmission pipelines and COMAH establishments. This means the contract will be subject to renewal following the conclusion of this contract on 31 March 2028 unless the extension option is availed of

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period, there is one option to extend for a period of up to and including 12 months.

This extension period would only be utilised in exceptional circumstances wherein the work required within the initial contract period

could not be completed on time.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per tender documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per tender documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per tender documents


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.2.2) Time limit for receipt of tenders or requests to participate

Date

28 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: 28 April 2025

four.2.7) Conditions for opening of tenders

Date

28 January 2025

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: Estimated to be 2028.

six.3) Additional information

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 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 appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

Belfast

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 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