Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
Contact person: pb2infrastructure-ni.gov.uk
E-mail: pb2@infrastructure-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.1) Name and addresses
Department for Infrastructure
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
E-mail: pb2@infrastructure-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 involves 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 to the abovementioned 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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
Reference number: CfT 5181721
II.1.2) Main CPV code
18100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.1.5) Estimated total value
Value excluding VAT:
1 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 8 lots
II.2) Description
Lot No: 1
II.2.1) Title
Head and Ear Protection
II.2.2) Additional CPV code(s)
18130000
18140000
18200000
18400000
18800000
33700000
18110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
60 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There are options to extend the initial contract period of 36 months by up to 3 further 12-month periods.
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:
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
The total value of all lots is estimated to be £1.2 Million however depending on demand this could increase to £1.5 Million.
Lot No: 2
II.2.1) Title
Eye and Face Protection
II.2.2) Additional CPV code(s)
18130000
18140000
18200000
18400000
18800000
33700000
18110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
24 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for 3 periods of 1 year each
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:
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
The total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
Lot No: 3
II.2.1) Title
Hand and Arm Protection
II.2.2) Additional CPV code(s)
18130000
18140000
18200000
18400000
18800000
33700000
18110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
114 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for 3 periods of 1 year each
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:
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
The total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
Lot No: 4
II.2.1) Title
Clothing
II.2.2) Additional CPV code(s)
18130000
18140000
18200000
18400000
18800000
33700000
18110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
660 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for 3 periods of 1 year each
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:
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
The total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
Lot No: 5
II.2.1) Title
Foot Protection
II.2.2) Additional CPV code(s)
18130000
18140000
18200000
18400000
18800000
33700000
18110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
240 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for 3 periods of 1 year each
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:
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
The total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
Lot No: 6
II.2.1) Title
Respiratory
II.2.2) Additional CPV code(s)
18130000
18140000
18200000
18400000
18800000
33700000
18110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
24 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for 3 periods of 1 year each
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:
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
The total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
Lot No: 7
II.2.1) Title
First Aid
II.2.2) Additional CPV code(s)
18130000
18140000
18200000
18400000
18800000
33700000
18110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
24 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for 3 periods of 1 year each
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:
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
The total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
Lot No: 8
II.2.1) Title
Ancillary
II.2.2) Additional CPV code(s)
18130000
18140000
18200000
18400000
18800000
33700000
18110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DFI TRAM - Supply and Delivery of Personal Protective Equipment, Workwear and Associated products.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Requirements
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.6) Estimated value
Value excluding VAT:
24 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for 3 periods of 1 year each
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:
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
The total value of all lots is estimated at £1.2 Million however depending on actual demand this could vary between £1M and £1.5 Million
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:
The Department's particular requirements will be set out in the contract documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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:
03/05/2024
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:
01/08/2024
IV.2.7) Conditions for opening of tenders
Date:
03/05/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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
DfI is utilising an electronic tendering system to manage this procurement and communicate with Tenderers. Accordingly, it is.. intended that all communications with DfI including the accessing and submission of tender responses will be conducted via https://.. etendersni.gov.uk/epps/home.do The successful contractor's performance on the contract will be regularly monitored. 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 the Department for.. Infrastructure 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 Certificate of Unsatisfactory.. Performance and the contract may be terminated. The issue of a Certificate 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 twelve months from the date of issue of the certificate.
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
DfI will incorporate a standstill period at the point information on the award. of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period. which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the. contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of. harm by a breach of the rules to take action in the High Court (Northern Ireland).
VI.5) Date of dispatch of this notice
15/03/2024