Award

NICTS Office Cleaning Services

  • Department of Justice Courts and Tribunals Service

F15: Voluntary ex ante transparency notice

Notice identifier: 2021/S 000-003339

Procurement identifier (OCID): ocds-h6vhtk-029473

Published 19 February 2021, 12:16pm



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

Email

justice.cpd@finance-ni.gov.uk

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

Email

justice.cpd@finance-ni.gov.uk

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