Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
CPD — Supplies and Services Division
303 Airport Road West
Belfast
BT3 9ED
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
Provision of Fire Fighting Equipment and Associated Services
II.1.2) Main CPV code
35110000
II.1.3) Type of contract
Services
II.1.4) Short description
CPD intends to establish a framework for the provision of fire fighting equipment and associated services on behalf of the participating bodies listed in https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks. In order to comply with statutory duties, NICS need a suitably qualified contractor to provide a comprehensive service in respect of all aspects of provision, installation, maintenance, recharging, testing and environmental disposal of portable fire-fighting equipment and associated fire safety signs.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
7 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
PSNI
II.2.2) Additional CPV code(s)
51700000
44482000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
CPD intends to establish a framework for the provision of fire fighting equipment and associated services on behalf of the participating bodies listed in https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks. In order to comply with statutory duties, NICS need a suitably qualified contractor to provide a comprehensive service in respect of all aspects of provision, installation, maintenance, recharging, testing and environmental disposal of portable fire-fighting equipment and associated fire safety signs.
II.2.5) Award criteria
Quality criterion: Methodolgy
/ Weighting: 28
Quality criterion: Business continuity and contingency
/ Weighting: 12
Cost criterion: Cost
/ Weighting: 60
II.2.11) Information about options
Options:
Yes
Description of options:
The client may, at its sole discretion, extend the duration of this framework agreement for a period of 1 year from the expiry of the initial 3 year term by giving the contractor no less than one month's written notice prior to the end of the initial term.
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 at II.1.7) represents the upper limit of an estimated contract value which ranges from 5 000 000 GBP to 7 000 000 GBP. This range reflects the potential scale of the contract and takes into account such changes to the demand and scale which may result from future operational requirements.
Lot No: 2
II.2.1) Title
DOF and Others
II.2.2) Additional CPV code(s)
51700000
44482000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
CPD intends to establish a framework for the provision of fire fighting equipment and associated services on behalf of the participating bodies listed in https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks. In order to comply with statutory duties, NICS need a suitably qualified contractor to provide a comprehensive service in respect of all aspects of provision, installation, maintenance, recharging, testing and environmental disposal of portable fire-fighting equipment and associated fire safety signs.
II.2.5) Award criteria
Quality criterion: Methodology
/ Weighting: 28
Quality criterion: Business continuity
/ Weighting: 12
Cost criterion: Cost
/ Weighting: 60
II.2.11) Information about options
Options:
Yes
Description of options:
The client may, at its sole discretion, extend the duration of this framework agreement for a period of 1 year from the expiry of the initial 3 year term by giving the contractor no less than one month's written notice prior to the end of the initial term.
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 values of each Lot are estimated only. Lot 2 of this framework has been established for the provision of fire fighting equipment and associated services on behalf of the participating bodies listed in https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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:
2019/S 115-282716
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: PSNI
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/11/2019
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Construction and Procurement Delivery cannot publish the name of the tenderer ranked first in this lot for security reason. It will be released to the Commission on request.
NI
UK
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:
: 2 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: DOF and Others
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/11/2019
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
CHUBB N I Ltd
26 Duncrue Crescent
Belfast
BT3 9BW
UK
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
D McLarnon
Work West Industrial Estate
Belfast
BT11 8BU
UK
NUTS: UKN
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Fire Defence NI — Walker Fire
Unit 81 Roman Way Ind Est
Preston
UK
NUTS: UK
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:
: 5 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The contractor’s performance on this framework will be managed as per specification and regularly monitored see Procurement Guidance Note 01/12 contract management principles and procedures. 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 (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 unsatisfactory performance and the contract may be terminated. The issue of a 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 12 months from the date of issue of the certificate. This Procurement established a framework agreement for 2 lots to provide fire equipment and associated services to public sector organisations in Northern Ireland. Lot 1 was established for PSNI only, Lot 2 of on behalf of the participating bodies listed in https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks.
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 complied with the Public Contracts Regulations 2015 and applied a standstill period (minimum of 10 Calendar days) at the point information on the award of framework was communicated to tenderers. The notification provided full information on the award decision. This provided time for unsuccessful tenderers to challenge the award decision before the Framework was entered into.
VI.5) Date of dispatch of this notice
15/11/2019