º£½ÇÉçÇøapp

Construction Tenders

Mon September 16 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 5

Status Active

Published 4th Sep 2024

Tender Details
Referenceocds-h6vhtk-049817
Common Procurement VocabularyBuilding construction work
Procurement MethodRestricted procedure
Value£16,000,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 5

Status Active

Published 4th Sep 2024

Tender Details
Referenceocds-h6vhtk-049817
Common Procurement VocabularyBuilding construction work
Procurement MethodRestricted procedure
Value£16,000,000

Section I: Contracting authority

I.1) Name and addresses

Northern Ireland Fire and Rescue Service

1 Seymour Street

Lisburn

BT27 4SX

Contact

ProcurementStandards.cpdfinance-ni.gov.uk

Email

Procurementstandards.cpd [at] finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NORTHERN IRELAND FIRE AND RESCUE SERVICE TERM SERVICE CONTRACTS 2025 (RE-ISSUE)

II.1.2) Main CPV code

  • 45210000 - Building construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The Northern Ireland Fire and Rescue Service

(NIFRS) is seeking to appoint four Economic Operators to enter into

framework agreements and Term Service Contracts for the provision

of building maintenance, planned/preventative maintenance and minor

works which may incorporate mechanical and electrical works,

building services, construction, civil engineering, roofing,

joinery, flooring, window and door repairs, painting, glazing works

and other specialist works including appliance room door

maintenance and servicing. The Economic Operators shall have the

resources in place to attend any works required 24 hours per day,

365 days per year (366 days in a leap year) (including all holidays

and weekends). They shall have significant flexibility and readily

available multi-disciplinary resources to provide the contracting

Authority with a rapid response and an ability to deal with

emergency type works. The contract will be in place for a period of

two years. The Contracting Authority has at its discretion the

option to extend for a further one year period plus an additional

one year period (2 year + 1 + 1), subject to demonstrable

satisfactory performance by the Economic Operator within the terms

and conditions stated in the Invitation to Tender documentation.

The Contracting Authority is not under any obligation to award any

call off contracts under the Framework Agreement. The Contracting

Authority is not responsible for meeting any costs incurred by the

Economic Operator should the value of any call off contracts

awarded under the Framework Agreement fall short of Economic

Operators’ expectations. The Contracting Authority reserves the

right at any time to procure similar or identical work outside the

Framework Agreement.

II.1.5) Estimated total value

Value excluding VAT: £16,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

II.2.1) Title

Lot 1 - Northern Area

Lot No

1

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

The Northern Ireland Fire and Rescue Service (NIFRS) is

seeking to appoint four Economic Operators to enter into framework

agreements and Term Service Contracts for the provision of building

maintenance, planned/preventative maintenance and minor works which

may incorporate mechanical and electrical works, building services,

construction, civil engineering, roofing, joinery, flooring, window

and door repairs, painting, glazing works and other specialist

works including appliance room door maintenance and servicing. The

Economic Operators shall have the resources in place to attend any

works required 24 hours per day, 365 days per year (366 days in a

leap year) (including all holidays and weekends). They shall have

significant flexibility and readily available multi-disciplinary

resources to provide the contracting Authority with a rapid

response and an ability to deal with emergency type works. The

contract will be in place for a period of two years. The

Contracting Authority has at its discretion the option to extend

for a further one year period plus an additional one year period (2

year + 1 + 1), subject to demonstrable satisfactory performance by

the Economic Operator within the terms and conditions stated in the

Invitation to Tender documentation. The Contracting Authority is

not under any obligation to award any call off contracts under the

Framework Agreement. The Contracting Authority is not responsible

for meeting any costs incurred by the Economic Operator should the

value of any call off contracts awarded under the Framework

Agreement fall short of Economic Operators’ expectations. The

Contracting Authority reserves the right at any time to procure

similar or identical work outside the Framework Agreement.

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: £4,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

As stated in procurement documents

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) Description

II.2.1) Title

Lot 2 - Southern Area

Lot No

2

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

The Northern Ireland Fire and Rescue Service (NIFRS) is

seeking to appoint four Economic Operators to enter into framework

agreements and Term Service Contracts for the provision of building

maintenance, planned/preventative maintenance and minor works which

may incorporate mechanical and electrical works, building services,

construction, civil engineering, roofing, joinery, flooring, window

and door repairs, painting, glazing works and other specialist

works including appliance room door maintenance and servicing. The

Economic Operators shall have the resources in place to attend any

works required 24 hours per day, 365 days per year (366 days in a

leap year) (including all holidays and weekends). They shall have

significant flexibility and readily available multi-disciplinary

resources to provide the contracting Authority with a rapid

response and an ability to deal with emergency type works. The

contract will be in place for a period of two years. The

Contracting Authority has at its discretion the option to extend

for a further one year period plus an additional one year period (2

year + 1 + 1), subject to demonstrable satisfactory performance by

the Economic Operator within the terms and conditions stated in the

Invitation to Tender documentation. The Contracting Authority is

not under any obligation to award any call off contracts under the

Framework Agreement. The Contracting Authority is not responsible

for meeting any costs incurred by the Economic Operator should the

value of any call off contracts awarded under the Framework

Agreement fall short of Economic Operators’ expectations. The

Contracting Authority reserves the right at any time to procure

similar or identical work outside the Framework Agreement.

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: £4,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

As stated in procurement documents

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) Description

II.2.1) Title

Lot 3 - Minor Works

Lot No

3

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

The Northern Ireland Fire and Rescue Service (NIFRS) is

seeking to appoint four Economic Operators to enter into framework

agreements and Term Service Contracts for the provision of building

maintenance, planned/preventative maintenance and minor works which

may incorporate mechanical and electrical works, building services,

construction, civil engineering, roofing, joinery, flooring, window

and door repairs, painting, glazing works and other specialist

works including appliance room door maintenance and servicing. The

Economic Operators shall have the resources in place to attend any

works required 24 hours per day, 365 days per year (366 days in a

leap year) (including all holidays and weekends). They shall have

significant flexibility and readily available multi-disciplinary

resources to provide the contracting Authority with a rapid

response and an ability to deal with emergency type works. The

contract will be in place for a period of two years. The

Contracting Authority has at its discretion the option to extend

for a further one year period plus an additional one year period (2

year + 1 + 1), subject to demonstrable satisfactory performance by

the Economic Operator within the terms and conditions stated in the

Invitation to Tender documentation. The Contracting Authority is

not under any obligation to award any call off contracts under the

Framework Agreement. The Contracting Authority is not responsible

for meeting any costs incurred by the Economic Operator should the

value of any call off contracts awarded under the Framework

Agreement fall short of Economic Operators’ expectations. The

Contracting Authority reserves the right at any time to procure

similar or identical work outside the Framework Agreement.

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: £8,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

As stated in procurement documents

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) Description

II.2.1) Title

Lot 4 - Northern Area Reserve

Lot No

4

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

The Northern Ireland Fire and Rescue Service (NIFRS) is

seeking to appoint four Economic Operators to enter into framework

agreements and Term Service Contracts for the provision of building

maintenance, planned/preventative maintenance and minor works which

may incorporate mechanical and electrical works, building services,

construction, civil engineering, roofing, joinery, flooring, window

and door repairs, painting, glazing works and other specialist

works including appliance room door maintenance and servicing. The

Economic Operators shall have the resources in place to attend any

works required 24 hours per day, 365 days per year (366 days in a

leap year) (including all holidays and weekends). They shall have

significant flexibility and readily available multi-disciplinary

resources to provide the contracting Authority with a rapid

response and an ability to deal with emergency type works. The

contract will be in place for a period of two years. The

Contracting Authority has at its discretion the option to extend

for a further one year period plus an additional one year period (2

year + 1 + 1), subject to demonstrable satisfactory performance by

the Economic Operator within the terms and conditions stated in the

Invitation to Tender documentation. The Contracting Authority is

not under any obligation to award any call off contracts under the

Framework Agreement. The Contracting Authority is not responsible

for meeting any costs incurred by the Economic Operator should the

value of any call off contracts awarded under the Framework

Agreement fall short of Economic Operators’ expectations. The

Contracting Authority reserves the right at any time to procure

similar or identical work outside the Framework Agreement.

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: £1

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

As stated in procurement documents

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) Description

II.2.1) Title

Lot 5 - Southern Area Reserve

Lot No

5

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

The Northern Ireland Fire and Rescue Service (NIFRS) is

seeking to appoint four Economic Operators to enter into framework

agreements and Term Service Contracts for the provision of building

maintenance, planned/preventative maintenance and minor works which

may incorporate mechanical and electrical works, building services,

construction, civil engineering, roofing, joinery, flooring, window

and door repairs, painting, glazing works and other specialist

works including appliance room door maintenance and servicing. The

Economic Operators shall have the resources in place to attend any

works required 24 hours per day, 365 days per year (366 days in a

leap year) (including all holidays and weekends). They shall have

significant flexibility and readily available multi-disciplinary

resources to provide the contracting Authority with a rapid

response and an ability to deal with emergency type works. The

contract will be in place for a period of two years. The

Contracting Authority has at its discretion the option to extend

for a further one year period plus an additional one year period (2

year + 1 + 1), subject to demonstrable satisfactory performance by

the Economic Operator within the terms and conditions stated in the

Invitation to Tender documentation. The Contracting Authority is

not under any obligation to award any call off contracts under the

Framework Agreement. The Contracting Authority is not responsible

for meeting any costs incurred by the Economic Operator should the

value of any call off contracts awarded under the Framework

Agreement fall short of Economic Operators’ expectations. The

Contracting Authority reserves the right at any time to procure

similar or identical work outside the Framework Agreement.

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: £1

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

As stated in procurement documents

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

As stated in procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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 participate

Date

10 October 2024

Local time

3:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 November 2024

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 tender

Tender must be valid until: 25 February 2052


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.4) Procedures for review

VI.4.1) Review body

Health Estates

Annex 2 Castle Buildings

BELFAST

BT4 3SQ

Email

Procurementstandards.cpd [at] finance-ni.gov.uk

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

As stated in procurement documents