Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Communities
The Lighthouse Building
BELFAST
BT7 2JB
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) 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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
DfC NMNI - Workshops Collections Storage Replacement Project
II.1.2) Main CPV code
39131100
II.1.3) Type of contract
Supplies
II.1.4) Short description
DfC NMNI - Workshops Collections Storage Replacement Project - National Museums NI’s (NMNI) aim to upgrade their storage infrastructure which will improve access to the collection. This can be achieved by the purchase of conservation and museum quality static and mobile racking, a mezzanine floor for racking and tools and equipment for the outfitting of the museum storage for the rehousing of the small objects from the Transport and Industry, Folk Textile and Folk Life collections stores. NMNI is seeking to appoint a single Contractor for the provision of storage hardware necessary to replace the current collections storage footprint at NMNI Workshops to a conservation and museum standard.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63121000
63122000
45213221
45212313
92500000
92510000
92520000
92521000
92521100
92521200
92521210
92521220
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DfC NMNI - Workshops Collections Storage Replacement Project - National Museums NI’s (NMNI) aim to upgrade their storage infrastructure which will improve access to the collection. This can be achieved by the purchase of conservation and museum quality static and mobile racking, a mezzanine floor for racking and tools and equipment for the outfitting of the museum storage for the rehousing of the small objects from the Transport and Industry, Folk Textile and Folk Life collections stores. NMNI is seeking to appoint a single Contractor for the provision of storage hardware necessary to replace the current collections storage footprint at NMNI Workshops to a conservation and museum standard.
II.2.5) Award criteria
Criteria below:
Quality criterion: As per the tender documents
/ Weighting: 50
Cost criterion: As per the tender documents
/ Weighting: 50
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
Three optional extension periods of up to 24 months 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.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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:
28/02/2022
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:
29/05/2022
IV.2.7) Conditions for opening of tenders
Date:
28/02/2022
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 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 Procurement Delivery Supplies and Services Division for further action. If this occurs and your performance does not improve to satisfactory levels within the specified period, this can 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
Not applicable in the UK
Not applicable in the UK
UK
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 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
24/01/2022