Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department of Agriculture Environment and Rural Affairs
BELFAST
UK
Contact person: Collaboration.CPDfinance-ni.gov.uk
E-mail: Collaboration.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
DAERA - Supply and Delivery of 16 x Electric Forklift for 3 Seaports (ID 5677834)
Reference number: ID 5677834
II.1.2) Main CPV code
42415110
II.1.3) Type of contract
Supplies
II.1.4) Short description
DAERA require the supply and delivery of 16 x Electronic Forklift Trucks to various locations within Northern Ireland. This requirement will be spilt across 4 lots - Lot 1 – New 6 x 2 Tonne Electric Forklift. Lot 2 – New 5 x 3 tonne electric forklift. Lot 3 – New 3 x 3 tonne electric multi directional forklift. Lot 4 – New 2 x 3 tonne external electric forklift with bucket, mechanical brush and tote bag lift attachments. Tenderers can bid for one, a combination of or all lots. Tenderers must have the capacity and capability to provide all Forklifts under each lot which they tender for.
II.1.5) Estimated total value
Value excluding VAT:
660 800.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – New 6 x 2 Tonne Electric Forklift
II.2.2) Additional CPV code(s)
42415000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DAERA require the supply and delivery of 16 x Electronic Forklift Trucks to various locations within Northern Ireland. This requirement will be spilt across 4 lots - Lot 1 – New 6 x 2 Tonne Electric Forklift. Lot 2 – New 5 x 3 tonne electric forklift. Lot 3 – New 3 x 3 tonne electric multi directional forklift. Lot 4 – New 2 x 3 tonne external electric forklift with bucket, mechanical brush and tote bag lift attachments. Tenderers can bid for one, a combination of or all lots. Tenderers must have the capacity and capability to provide all Forklifts under each lot which they tender for.
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:
190 800.00
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:
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
Lot No: 2
II.2.1) Title
Lot 2 – New 5 x 3 tonne electric forklift
II.2.2) Additional CPV code(s)
42415000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DAERA require the supply and delivery of 16 x Electronic Forklift Trucks to various locations within Northern Ireland. This requirement will be spilt across 4 lots - Lot 1 – New 6 x 2 Tonne Electric Forklift. Lot 2 – New 5 x 3 tonne electric forklift. Lot 3 – New 3 x 3 tonne electric multi directional forklift. Lot 4 – New 2 x 3 tonne external electric forklift with bucket, mechanical brush and tote bag lift attachments. Tenderers can bid for one, a combination of or all lots. Tenderers must have the capacity and capability to provide all Forklifts under each lot which they tender for.
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:
199 000.00
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:
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
Lot No: 3
II.2.1) Title
Lot 3 – New 3 x 3 tonne electric multi directional forklift
II.2.2) Additional CPV code(s)
42415000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DAERA require the supply and delivery of 16 x Electronic Forklift Trucks to various locations within Northern Ireland. This requirement will be spilt across 4 lots - Lot 1 – New 6 x 2 Tonne Electric Forklift. Lot 2 – New 5 x 3 tonne electric forklift. Lot 3 – New 3 x 3 tonne electric multi directional forklift. Lot 4 – New 2 x 3 tonne external electric forklift with bucket, mechanical brush and tote bag lift attachments. Tenderers can bid for one, a combination of or all lots. Tenderers must have the capacity and capability to provide all Forklifts under each lot which they tender for.
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:
185 400.00
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:
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
Lot No: 4
II.2.1) Title
Lot 4 – New 2 x 3 tonne external electric forklift with bucket, mechanical brush and tote bag lift attachments
II.2.2) Additional CPV code(s)
42415000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DAERA require the supply and delivery of 16 x Electronic Forklift Trucks to various locations within Northern Ireland. This requirement will be spilt across 4 lots - Lot 1 – New 6 x 2 Tonne Electric Forklift. Lot 2 – New 5 x 3 tonne electric forklift. Lot 3 – New 3 x 3 tonne electric multi directional forklift. Lot 4 – New 2 x 3 tonne external electric forklift with bucket, mechanical brush and tote bag lift attachments. Tenderers can bid for one, a combination of or all lots. Tenderers must have the capacity and capability to provide all Forklifts under each lot which they tender for.
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:
85 600.00
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:
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
III.2.2) Contract performance conditions
Contract monitoring: 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 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.
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:
21/03/2025
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:
19/06/2025
IV.2.7) Conditions for opening of tenders
Date:
21/03/2025
Local time: 15:30
Place:
Clare House
Information about authorised persons and opening procedure:
SSD Representatives
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
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 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.4.4) Service from which information about the review proced
VI.5) Date of dispatch of this notice
14/02/2025