Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-04470f
Common Procurement VocabularyRepair and maintenance services of firefighting equipment
Procurement MethodOpen procedure
Value£2,673,057
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-04470f
Common Procurement VocabularyRepair and maintenance services of firefighting equipment
Procurement MethodOpen procedure
Value£2,673,057

Section I: Contracting authority

I.1) Name and addresses

the Education Authority

40 Academy Street

Belfast

BT1 2NQ

Email

facilities.procure [at] eani.org.uk

Country

United Kingdom

NUTS code

UKN - Northern Ireland

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

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FMM-23-011 Supply and Maintenance of Fire Fighting Equipment

II.1.2) Main CPV code

  • 50413200 - Repair and maintenance services of firefighting equipment

II.1.3) Type of contract

Services

II.1.4) Short description

FMM-23-011 Supply and Maintenance of Fire Fighting Equipment

II.1.5) Estimated total value

Value excluding VAT: £2,673,056.75

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 24951230 - Fire-extinguisher charges
  • 35111320 - Portable fire-extinguishers
  • 39525400 - Fire blankets
  • 35110000 - Firefighting, rescue and safety equipment
  • 51700000 - Installation services of fire protection equipment
  • 44482000 - Fire-protection devices
  • 24951210 - Fire-extinguisher powder

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

FMM-23-011 Supply and Maintenance of Fire Fighting Equipment

II.2.5) Award criteria

Quality criterion - Name: Delivery of Services / Weighting: 19.8

Quality criterion - Name: Delivery of Social Value / Weighting: 10.2

Cost criterion - Name: Price / Weighting: 70

II.2.6) Estimated value

Value excluding VAT: £2,673,056.76

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

Duration in months

36

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Option to extend the contract for any period of up to and including 24 months as per the tender documents.

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

The EA invites tenders for the Maintenance, Recharging and Testing of Fire Extinguishers and Supply of Fire Fighting Equipment for a 3 (three) year Initial Period, with options to extend for any period of up to 24 months, It should be noted that the extension options may or may not be exercised. EA’s intention is to award the contract to one Contractor capable of providing the service specification for the period of the contract to ensure that the fire fighting equipment is fully maintained, tested and supplied on a regular basis. The value shown in II.2.6 is the highest value estimated in the following range: £1,573,304.40 - £2,673,056.76 excluding VAT. This value has been calculated on a 5 year basis that includes contingency for higher demand, inflation and extension periods. There is no commitment as to the usage volume or value of orders during this contract.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

List and brief description of selection criteria

As detailed in the tender documents.


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-007592

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

Date

21 June 2024

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: 19 September 2024

IV.2.7) Conditions for opening of tenders

Date

21 June 2024

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

The Authority reserves the right not to award all or part of this Contract. 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) Contract(s) in respect of any part(s)of the services covered by this notice;. (IV) (IV) to award Contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.. The Successful Contractor(s) performance on this contract will be managed as per the specification and regularly monitored (see Protocol for Managing Supplier Poor Performance (Finance-ni.gov.uk). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting value for money. If a Contractor fails to reach satisfactory levels of performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of performance, the matter will be escalated to senior management within the Education Authority (EA) 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 Unsatisfactory Performance which may result in the termination of the Contract. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by the EA. The EA are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The EA has included with the Contract documents Schedule 4 - Social Considerations Schedule, to help achieve the EA’s objectives and address the strategic aims. It is required that the successful Contractor, as a condition of contract, deliver measurable social value outcomes as set within this Social Considerations Schedule. The Authority cannot give any commitment as to the usage, volume, or value of orders required under this Contract. Any levels, or aggregate values of goods, referred to are indicative only and. shall not be binding on 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 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 PCR 2015

Belfast

Country

United Kingdom