Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 27th Jun 2023

Tender Details
Referenceocds-h6vhtk-03dcb5
Common Procurement VocabularyProtective and safety clothing
Procurement MethodOpen procedure
Value£1,000,000
More Tenders »

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 27th Jun 2023

Tender Details
Referenceocds-h6vhtk-03dcb5
Common Procurement VocabularyProtective and safety clothing
Procurement MethodOpen procedure
Value£1,000,000

Section I: Contracting authority

I.1) Name and addresses

Department for Infrastructure - Driver Vehicle Agency

Corporation Street

BELFAST

Contact

Justice.cpdfinance-ni.gov.uk

Email

justice.cpd [at] finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nidirect.gov.uk/contacts/driver-vehicle-agency-dva-northern-ireland

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfI - DVA - Provision of Personal Protective Equipment (PPE)

Reference number

ID 4688575

II.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Driver and Vehicle Agency (DVA) is an Executive Agency within the Department for Infrastructure (DfI) with responsibility, amongst other things, for the delivery of around 1.2 million vehicle tests per annum, over 70,000 driving tests per annum and a range of activities associated with roadside compliance and enforcement. The DVA requires a Contractor for the supply and delivery of Personal Protective Equipment (PPE). The appointed Contractor will be required to supply a diverse range of PPE to include DVA branded items and deliver to various sites across Northern Ireland.

II.1.5) Estimated total value

Value excluding VAT: £1,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18110000 - Occupational clothing
  • 18130000 - Special workwear
  • 18140000 - Workwear accessories
  • 18200000 - Outerwear
  • 18400000 - Special clothing and accessories
  • 18800000 - Footwear
  • 18830000 - Protective footwear

II.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

II.2.4) Description of the procurement

The Driver and Vehicle Agency (DVA) is an Executive Agency within the Department for Infrastructure (DfI) with responsibility, amongst other things, for the delivery of around 1.2 million vehicle tests per annum, over 70,000 driving tests per annum and a range of activities associated with roadside compliance and enforcement. The DVA requires a Contractor for the supply and delivery of Personal Protective Equipment (PPE). The appointed Contractor will be required to supply a diverse range of PPE to include DVA branded items and deliver to various sites across Northern Ireland.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract is for an initial period of 3 years followed by 1 optional extension period of 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Since this is a demand-led requirement, neither CPD or the Driver Vehicle Agency can. provide any guarantee as to the levels of business under this contract. The estimated contract. value is a broad estimate only, including additional quantum for unforeseen demand. . The estimates are not deemed to be a condition of contract nor a guarantee. of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that stated.8. The Driver Vehicle Agency will not accept or commit to Contractors specifying minimum order quantities during the lifetime of the contract..


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Contractors performance will be subject to regular review in accordance with the Commercial Terms and Conditions. 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 notice. of written warning and notice of unsatisfactory performance, and this contract may be. terminated. The issue of a notice of written warning and notice 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 up to 3 years from the date of issue of. the notice. The authority expressly reserves the rights: (i) not to award any contract as a. result of the procurement process commenced by publication of this. notice; (ii) to make. whatever changes it may see fit to the content and structure of the tendering competition;. (iii) to award a contracts in respect of any part(s) of the services covered by this notice and. (iv) to award contract(s) in stages. And under no circumstances will the authority be liable. for any costs incurred by tenderers


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

31 July 2023

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 27 January 2024

IV.2.7) Conditions for opening of tenders

Date

31 July 2023

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Please note that The Northern Ireland Protocol came into effect from 1 January 2021. Under the Protocol Northern Ireland will remain in the single market for goods and will. be required to follow EU Customs rules. Northern Ireland also remains part of the UK. customs territory and as a result, the process of moving goods into and out of Northern. Ireland has changed. In particular, for goods coming from GB to NI the contractor must. ensure that all processes and procedures are followed to ensure unhindered supply. to the Client.

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures

Belfast

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

The UK does not have any special review body with responsibility for appeal/mediation procedures

Belfast

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The UK does not have any special review body with responsibility for appeal/. mediation. procedures in public procurement competitions. Instead, any challenges are dealt with by. the High Court, Commercial Division, to which proceedings may be issued regarding alleged. breaches of the Public Contracts Regulations 2015 (as amended)