Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South West College
Burn Road
Cookstown
BT80 8DN
UK
E-mail: breidge.o'kane@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.swc.ac.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned 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
ID 1703978 — DfE — SWC Supply and Delivery of Workshop Materials
II.1.2) Main CPV code
44000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Client requires a Contractor(s) to supply, and deliver workshop materials as specified in the pricing schedule to the Client College campuses. The Contract will be divided into two (2) Lots and Contractors can bid for 1 or more of the Lot(s), Tenderers must be able to supply all items within each Lot(s).
Lot 1: Brickwork and Plastering Materials.
Lot 2: Carpentry and Joinery Materials.
It is anticipated that this Contract will commence in November 2018 for a duration of 2 years. The Client may at any time before the completion of the Contract Period invite the Contractor to agree to extend for 2 further periods of 12 month each.
II.1.5) Estimated total value
Value excluding VAT:
250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Brickwork and Plastering Materials
II.2.2) Additional CPV code(s)
44100000
44110000
44140000
44170000
44190000
44330000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Client requires a Contractor(s) to supply, and deliver workshop materials as specified in the pricing schedule to the Client College campuses. The Contract will be divided into two (2) Lots and Contractors can bid for 1 or more of the Lot(s), Tenderers must be able to supply all items within each Lot(s). Lot 1 Brickwork and Plastering Materials Lot 2 Carpentry and Joinery Materials. It is anticipated that this Contract will commence in November 2018 for a duration of 2 years. The Client may at any time before the completion of the Contract Period invite the Contractor to agree to extend for 2 further periods of 12 month each.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
After the initial contract period, there are 2 options to tend for 1 year each.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2: Carpentry and Joinery Materials
II.2.2) Additional CPV code(s)
44100000
44110000
44140000
44170000
44190000
44330000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Client requires a Contractor(s) to supply, and deliver workshop materials as specified in the pricing schedule to the Client College campuses. The Contract will be divided into two (2) Lots and Contractors can bid for 1 or more of the Lot(s), Tenderers must be able to supply all items within each Lot(s).
Lot 1: Brickwork and Plastering Materials.
Lot 2: Carpentry and Joinery Materials.
It is anticipated that this Contract will commence in November 2018 for a duration of 2 years. The Client may at any time before the completion of the Contract Period invite the Contractor to agree to extend for 2 further periods of 12 month each.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
After the initial contract period, there are 2 options to tend for 1 year each.
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As per Tender documentation.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As per Tender documentation.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
26/09/2018
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
25/12/2018
IV.2.7) Conditions for opening of tenders
Date:
26/09/2018
Local time: 15:30
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 this Contract will be managed as per specification and regularly monitored see Procurement Guidance Note 01/12 Contract Management. https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF
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.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.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.
VI.5) Date of dispatch of this notice
27/08/2018