Contract

DoJ Opening and Closing of Interface Security Gates

  • Department of Justice

F03: Contract award notice

Notice identifier: 2024/S 000-000789

Procurement identifier (OCID): ocds-h6vhtk-03ddf0

Published 10 January 2024, 1:05pm



Section one: Contracting authority

one.1) Name and addresses

Department of Justice

c/o Construction and Procurement Delivery, 303 Airport Road West

BELFAST

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.justice-ni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DoJ Opening and Closing of Interface Security Gates

Reference number

ID 4928266

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £180,000

two.2) Description

two.2.1) Title

Lot 1 Belfast Security Gates

Lot No

1

two.2.2) Additional CPV code(s)

  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
  • UKN0A - Derry City and Strabane
Main site or place of performance

Twelve 12 sets of security gates in north and west Belfast.

two.2.4) Description of the procurement

The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.

two.2.5) Award criteria

Quality criterion - Name: 4 Qualitative criteria, as specified in original tender documentation / Weighting: 60

Cost criterion - Name: Total Contract Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Initial Period: two years. Extension: one period of one year

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 Derry / Londonderry Security Gates

Lot No

2

two.2.2) Additional CPV code(s)

  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
  • UKN0A - Derry City and Strabane
Main site or place of performance

Derry/Londonderry - six 6 security gates in close proximity to the intersection of Bishop Street and Derry’s Walls.

two.2.4) Description of the procurement

The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.

two.2.5) Award criteria

Quality criterion - Name: 4 Qualitative criteria, as specified in original tender documentation / Weighting: 60

Cost criterion - Name: Total Contract Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Initial Period: two years. Extensions: one period of one year

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-029008


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1) Belfast Security Gates

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 January 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Information withheld for security reasons

Information withheld for security reasons

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.finance-ni.gov.uk/topics/procurement

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £120,000

Total value of the contract/lot: £120,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2) Derry / Londonderry Security Gates

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 January 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Information withheld for security reasons

Information withheld for security reasons

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.finance-ni.gov.uk/topics/procurement

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £60,000

Total value of the contract/lot: £60,000


Section six. Complementary information

six.3) Additional information

Please note that information relating to contractors engaged by the Northern Ireland. Department of Justice, and associated bodies, is not published in any publicly accessible. forum or publication. This is to protect such contractors, whose security and safety could be threatened by dissident terrorist organisations still active in Northern Ireland if their details became known. This is consistent with Regulation 50(6)(a).. The contract values listed are broad estimates only and include additional quantum for unforeseen demand and to future proof for additional potential. There is no guarantee of any level of business under this contract. The estimates are not deemed to be conditions of contract nor a guarantee of. minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that stated. . Contract Monitoring: The successful contractors' performance on this contract will be managed as per specification and 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 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 written warning and notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and 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 up to 3 years from the date of issue of the notice.. This project will be used to progress the Government’s wider social, economic and environmental objectives.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

N/A

Country

United Kingdom