Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 21st Sep 2023

Tender Details
Referenceocds-h6vhtk-0402bc
Common Procurement VocabularyTransport equipment and auxiliary products to transportation
Procurement MethodOpen procedure
Value£3,549,000
More Tenders »

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 21st Sep 2023

Tender Details
Referenceocds-h6vhtk-0402bc
Common Procurement VocabularyTransport equipment and auxiliary products to transportation
Procurement MethodOpen procedure
Value£3,549,000

Section I: Contracting authority

I.1) Name and addresses

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

Email

Collaboration.CPD [at] finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

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 to the above-mentioned address

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

DoF – Collaborative arrangement – Supply and delivery of garage sundries (ID 4670174)

II.1.2) Main CPV code

  • 34000000 - Transport equipment and auxiliary products to transportation

II.1.3) Type of contract

Supplies

II.1.4) Short description

The purpose of this Contract will be to service the needs of the clients as listed within the participating bodies table of the specification of requirements. The Contract will be used to replenish all Garage Sundries product stockholdings on a regular basis. Clients Store Staff will create a ‘shopping-list’ of stock-type products to be delivered direct to the relevant stores within Northern Ireland.

II.1.5) Estimated total value

Value excluding VAT: £3,549,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34330000 - Spare parts for goods vehicles, vans and cars
  • 44512900 - Drill bits, screwdriver bits and other accessories
  • 44531510 - Bolts and screws

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The purpose of this Contract will be to service the needs of the clients as listed within the participating bodies table of the specification of requirements. The Contract will be used to replenish all Garage Sundries product stockholdings on a regular basis. Clients Store Staff will create a ‘shopping-list’ of stock-type products to be delivered direct to the relevant stores within 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: £3,549,000

II.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

renewal agreement will be required upon contract epiry

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


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

1 November 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: 30 January 2024

IV.2.7) Conditions for opening of tenders

Date

1 November 2023

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your 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.

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any such bodies with responsibility for review/appeal or mediation procedures

Belfast

Country

United Kingdom

VI.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 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.