Section one: Contracting authority
one.1) Name and addresses
The Executive Office
Stormont Castle
BELFAST
BT4 3TT
Contact
SSDAdmin.CPDfinance-ni.gov.uk
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
Equality Commission for Northern Ireland
Equality House 7-9 Shaftesbury Square
Belfast
BT2 7DP
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.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
TEO - ECNI - Provision of Facilities Management Services to Equality House
two.1.2) Main CPV code
- 90919200 - Office cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The Equality Commission for Northern Ireland are seeking to establish a Contract for the delivery of Hard and Soft Facilities Management Services (reception, security, cleaning, facilities assistants services, waste management, contract management and mechanical and electrical and plant maintenance) for Equality House with a single Contractor who will be responsible for managing and delivering the specified Services in a flexible and responsive way.
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: £441,806.60
two.2) Description
two.2.2) Additional CPV code(s)
- 70332000 - Non-residential property services
- 98341130 - Janitorial services
- 98341140 - Caretaker services
- 50700000 - Repair and maintenance services of building installations
- 90911000 - Accommodation, building and window cleaning services
- 79992000 - Reception services
- 79710000 - Security services
- 79713000 - Guard services
- 79714000 - Surveillance services
- 79715000 - Patrol services
- 79993000 - Building and facilities management services
- 90911200 - Building-cleaning services
- 90900000 - Cleaning and sanitation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Equality Commission for Northern Ireland are seeking to establish a Contract for the delivery of Hard and Soft Facilities Management Services (reception, security, cleaning, facilities assistants services, waste management, contract management and mechanical and electrical and plant maintenance) for Equality House with a single Contractor who will be responsible for managing and delivering the specified Services in a flexible and responsive way.
two.2.5) Award criteria
Quality criterion - Name: As Per the Tender Documents / Weighting: 30
Cost criterion - Name: As Per the Tender Documents / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
Single option of up to 12 months extension
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: 2021/S 000-026340
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 February 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ARAMARK IRELAND HOLDINGS LTD
NORTHERN CROSS
DUBLIN
17
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
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: £441,806.60
Total value of the contract/lot: £441,806.60
Section six. Complementary information
six.3) Additional 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 your performance does not improve to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at your 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.