Opportunity

ID 3826743 - DoF - The Repair, Reuse, Removal and Recycling of Furniture Items

  • Department of Finance
  • Department of Finance
  • Police Service of Northern Ireland

F02: Contract notice

Notice reference: 2023/S 000-001429

Published 17 January 2023, 2:58pm



Section one: Contracting authority

one.1) Name and addresses

Department of Finance

303 Airport Road West

BELFAST

BT3 9ED

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Department of Finance

Clare House, 303 Airport Road West

BELFAST

BT3 9ED

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Police Service of Northern Ireland

Brooklyn

Belfast

BT5 6LE

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

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

ID 3826743 - DoF - The Repair, Reuse, Removal and Recycling of Furniture Items

two.1.2) Main CPV code

  • 50850000 - Repair and maintenance services of furniture

two.1.3) Type of contract

Services

two.1.4) Short description

Department of Finance (DoF) Property Services Division (PSD), hereafter referred to as the Client, is seeking to establish a contract for the repair, reuse, removal and recycling of furniture items. The Department of Finance (DoF) Property Services Division (PSD) is responsible for property management and accommodation services to the Northern Ireland Civil Service and the wider public sector. It provides Professional and Technical services to a range of clients and currently maintains properties on behalf of Government Departments, their agencies, and non-departmental Public Bodies across Northern Ireland. Please see the contract documents for further information.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Department of Finance (DoF) Property Services Division (PSD), hereafter referred to as the Client, is seeking to establish a contract for the repair, reuse, removal and recycling of furniture items. The Department of Finance (DoF) Property Services Division (PSD) is responsible for property management and accommodation services to the Northern Ireland Civil Service and the wider public sector. It provides Professional and Technical services to a range of clients and currently maintains properties on behalf of Government Departments, their agencies, and non-departmental Public Bodies across Northern Ireland. Please see the contract documents for further information.

two.2.5) Award criteria

Cost criterion - Name: As per the tender documents / Weighting: 100

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This is a recurring requirement and may be retendered.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 options of up to 24 months each.

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.2.14) Additional information

This contract is reserved in accordance with Regulation 20 of the Public Contracts Regulations 2015 (as.. amended). The values are estimates of the requirements and no level of business is guaranteed.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons


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: 2022/S 000-000394

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 February 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 21 May 2023

four.2.7) Conditions for opening of tenders

Date

20 February 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 36 months

six.3) Additional information

This competition is being managed in accordance with Regulation 20 of the Public Contracts Regulations 2015 (as amended) and therefore is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons provided that at least 30% of the employees of those workshops, economic operators or programmes are disabled or disadvantaged workers. See Published Tender Documents for further information. 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 Procurement Delivery Supplies and Services Division for further action. If this occurs and the Contractors performance does not improve to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at the Contractors expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may in accordance with The Public Contracts Regulations 2015 (as amended) be excluded from future public procurement competitions for a period of up to three years.

six.4) Procedures for review

six.4.1) Review body

Not applicable in the UK

Not applicable in the UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.