Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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 - Servicing and Maintenance of Plant Machinery 2025 - 2029 (ID 5574122)
Reference number: ID 5574122
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
375 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
LOT 1 - Ards and North Down District Council
II.2.2) Additional CPV code(s)
50110000
50800000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
II.2.5) Award criteria
Quality criterion: Social Value: Promoting Wellbeing
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.11) Information about options
Options:
Yes
Description of options:
Two years with a further option of up to Twelve months
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 figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Lot No: 2
II.2.1) Title
LOT 2 - Causeway Coast and Glens District Council
II.2.2) Additional CPV code(s)
50110000
50800000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
II.2.5) Award criteria
Quality criterion: Social Value: Promoting Wellbeing
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.11) Information about options
Options:
Yes
Description of options:
Two years with a further option of up to Twelve months
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 figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Lot No: 3
II.2.1) Title
LOT 3 - Fermanagh and Omagh District Council
II.2.2) Additional CPV code(s)
50110000
50800000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
II.2.5) Award criteria
Quality criterion: Social Value: Promoting Wellbeing
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.11) Information about options
Options:
Yes
Description of options:
Two years with a further option of up to Twelve months
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 figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Lot No: 4
II.2.1) Title
LOT 4 - Lisburn and Castlereagh District Council
II.2.2) Additional CPV code(s)
50110000
50800000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
II.2.5) Award criteria
Quality criterion: Social Value: Promoting Wellbeing
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.11) Information about options
Options:
Yes
Description of options:
Two years with a further option of up to Twelve months
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 figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Lot No: 5
II.2.1) Title
LOT 5 - Mid Ulster District Council
II.2.2) Additional CPV code(s)
50110000
50800000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
II.2.5) Award criteria
Quality criterion: Social Value: Promoting Wellbeing
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.11) Information about options
Options:
Yes
Description of options:
Two years with a further option of up to Twelve months
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 figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Lot No: 6
II.2.1) Title
LOT 6 - Newry, Mourne and Down District Council
II.2.2) Additional CPV code(s)
50110000
50800000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
This contract will be for the Repair and Maintenance to Plant and Machinery. The Contract will be divided into 6 Lots linked to council areas within Northern Ireland. There will be no restrictions on the number of Lots a Tender can bid for or be awarded. Each Lot will be evaluated and awarded independently. Where Tenderers bid for multiple Lots, they must ensure that they have the capacity to deliver the requirements for each should they be successful in more than one. Only one Contractor will be appointed per LOT.
II.2.5) Award criteria
Quality criterion: Social Value: Promoting Wellbeing
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.11) Information about options
Options:
Yes
Description of options:
Two years with a further option of up to Twelve months
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 figure indicated in Sections II 1.7 and V.2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-006105
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: LOT 1 - Ards and North Down District Council
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/05/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CYRIL JOHNSTON CO LTD
Ballynahinch Road
BELFAST
BT8 8DJ
UK
Telephone: +44 2890813121
E-mail: a.boyd@cyriljohnston.org
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 45 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: LOT 2 - Causeway Coast and Glens District Council
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/05/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
D A Forgie
16 Seacoast Road
LIMAVADY
BT49 9DW
UK
Telephone: +44 2877722375
E-mail: info@forgie.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 102 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 3
Title: LOT 3 - Fermanagh and Omagh District Council
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/05/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Modern Tyres Ltd.
56 Tempo Road
Enniskillen
BT74 6HR
UK
Telephone: +44 2866322299
E-mail: general.info@moderntyres.com
Fax: +44 2866344713
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 71 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: 4
Title: LOT 4 - Lisburn and Castlereagh District Council
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/05/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CYRIL JOHNSTON CO LTD
Ballynahinch Road
BELFAST
BT8 8DJ
UK
Telephone: +44 2890813121
E-mail: a.boyd@cyriljohnston.org
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 35 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: 5
Title: LOT 5 - Mid Ulster District Council
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/05/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
D A Forgie
16 Seacoast Road
LIMAVADY
BT49 9DW
UK
Telephone: +44 2877722375
E-mail: info@forgie.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 50 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Contract No: 6
Title: LOT 6 - Newry, Mourne and Down District Council
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/05/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CYRIL JOHNSTON CO LTD
Ballynahinch Road
BELFAST
BT8 8DJ
UK
Telephone: +44 2890813121
E-mail: a.boyd@cyriljohnston.org
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 72 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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 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
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 complied with the Public Contracts Regulations 2015 and, where appropriate, incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information was communicated to Tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful Tenderers to challenge the award decision before the contract was entered into.
VI.5) Date of dispatch of this notice
20/05/2025