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
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
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