Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
The contract is awarded by a central purchasing body
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted 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 authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: 2220266
II.1.2)Main CPV code18000000 Clothing, footwear, luggage articles and accessories
II.1.3)Type of contractSupplies
II.1.4)Short description: II.1.5)Estimated total valueValue excluding VAT: 202 500.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)18114000 Coveralls
35811100 Fire-brigade uniforms
II.2.3)Place of performanceNUTS code: UKN0 Northern Ireland
Main site or place of performance:
As specified within the tender documents.
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 202 500.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 30
This contract is subject to renewal: yes
Description of renewals:
At conclusion of contract.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option to extend for any period(s) up to and including 24 months.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The estimated value stated is the highest value in a range of 135 000-202 500 GBP which has been calculated on the basis of a 2.5 year contract with the option to extend for any period(s) up to and inc 24 months and includes contingency for additional activity associated with for example new recruits. This is not a guarantee of a future level of business.
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 registersList and brief description of conditions:
The requirements will be consistent with those permitted under Directive 2014/24/EU of the European Parliament and of the Council and will be detailed in the CfT.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the 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 participateDate: 16/10/2019
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 14/01/2020
IV.2.7)Conditions for opening of tendersDate: 16/10/2019
Local time: 15:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
At conclusion of contract.
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
In Section 1.2, it is stated that this procurement is a joint procedure and contract award is by a central purchasing body. This contract is not a joint contract, it is a central purchasing body contract operated by BSO PaLS on behalf of the participants listed in Section 1.1.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Business Services Organisation
Town: Belfast
Postal code: BT12 6HU
Country: United Kingdom
Telephone: +44 3005550206
VI.5)Date of dispatch of this notice:10/09/2019