Section one: Contracting authority/entity
one.1) Name and addresses
Department of Justice Courts and Tribunals Service
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
BELFAST
BT3 9ED
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://www.justice-ni.gov.uk/topics/courts-and-tribunals
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
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
NICTS Office Cleaning Services
Reference number
CFT835036
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The Northern Ireland Courts and Tribunals Service (NICTS) (the Client’s) estate currently comprises 24 locations made up of courthouses and administrative locations throughout Northern Ireland. There are 4 part-time venues namely: Enniskillen, Limavady, Magherafelt and Strabane; 4 vacant properties namely: Banbridge,Bangor, Larne and Old Townhall; all other venues are open 5 days per week, Monday to Friday.
This VEAT is for a modification of this existing contract, not a direct award for a new requirement.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,200,000
two.2) Description
two.2.2) Additional CPV code(s)
- 90919200 - Office cleaning services
two.2.3) Place of performance
NUTS codes
- UKH - EAST OF ENGLAND
two.2.4) Description of the procurement
The Northern Ireland Courts and Tribunals Service (NICTS) (the Client’s) estate currently comprises 24 locations made up of courthouses and administrative locations throughout Northern Ireland. There are 4 part-time venues namely: Enniskillen, Limavady, Magherafelt and Strabane; 4 vacant properties namely: Banbridge,Bangor, Larne and Old Townhall; all other venues are open 5 days per week, Monday to Friday.
This VEAT is for a modification of an existing contract, not for a new requirement.
two.2.11) Information about options
Options: No
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 VEAT is for a modification of an existing contract, not for a new requirement.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated without a prior call for competition
- New works/services, constituting a repetition of existing works/services
Explanation:
This modification request is being made due to the unforeseen circumstances in relation to the impact of Covid-19, using Regulation 72(1) of the Public Contract Regulations. Due to the current pandemic the contract end date to be modified by 1 year from 31 March 2022 to 31 March 2023.
To initiate a procurement process in this climate, when there is so much uncertainty regarding availability of key staff would be a potential risk. The pandemic has had a detrimental impact on NICTS staff resources, and other users. NICTS present priority is to ensure business continuity and as such key individuals would be unable to participate in a new procurement process (development of requirements, tender evaluation etc.).
It would also be difficult for NICTS to define and scope current/future requirements due to the ever changing way that courts business is currently being delivered and whether the current cleaning model would need to be retained if and when Covid related measures can be scaled back. It would also be beneficial to NICTS to ensure that the current service provider can build on the changes that have been implemented over the last year and NICTS would have concerns regarding the impact that changing service providers at this time could have in meeting the current standards expected by NICTS staff and court users.
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: 2018/S 002-001792
Section five. Award of contract/concession
Title
DoJ NICTS Office Cleaning for Northern Ireland Courts and Tribunal Service (NICTS)
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
15 February 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UKH - EAST OF ENGLAND
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £1,200,000
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 estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future. proof. There is no guarantee of any level of business under this contract. The estimate is not deemed to be a condition 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.. The successful contractor’s performance on this contract will be managed as per specification and regularlymonitored (see Procurement Guidance Note 01/12 Contract. Management: https://www.finance-ni.Gov.uk/sites/default/ files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF). 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.
six.4) Procedures for review
six.4.1) Review body
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The UK does not have any special review body with responsibility for appeal/mediation. procedures in public procurement competitions. Instead, any challenges are dealt with by. the High Court, Commercial Division, to. which proceedings may be issued regarding alleged. breaches of the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
Country
United Kingdom