Contract

ID 3301123 - DfE - SERC - Provision of Cleaning and Ancillary Services to South Eastern Regional College

  • FE South Eastern Regional College
  • SERC Lisburn
  • Bangor South Eastern Regional College
  • Holywood South Eastern Regional College

F03: Contract award notice

Notice identifier: 2021/S 000-014288

Procurement identifier (OCID): ocds-h6vhtk-02a308

Published 23 June 2021, 11:25am



Section one: Contracting authority

one.1) Name and addresses

FE South Eastern Regional College

Victoria Avenue

Newtownards

BT23 7EH

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

SERC Lisburn

Castle Street

Lisburn

BT27 4SU

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

Bangor South Eastern Regional College

Castle Park Road

Bangor

BT20 4TD

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

Holywood South Eastern Regional College

Old Holywood Road

Holywood

BT18 9QH

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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3301123 - DfE - SERC - Provision of Cleaning and Ancillary Services to South Eastern Regional College

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The College requires a contract for the provision of cleaning and ancillary services to the following campuses, Bangor (4 buildings), Newtownards (1 building), Holywood (3 buildings), Lisburn (3 buildings) and will have an initial period of 60 months with options to extend for a further 3 x 12 months. The Contractor shall provide professionally managed ancillary, (feminine hygiene, barrier matting, window cleaning and grounds maintenance) services and high quality cleaning services that provides a comprehensive, efficient, user friendly, customer focused and cost effective service to meet the needs of SERC and its students, staff and visitors.

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: £2,207,462.24

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services
  • 90900000 - Cleaning and sanitation services
  • 90911200 - Building-cleaning services
  • 90911300 - Window-cleaning services
  • 90919200 - Office cleaning services
  • 90919300 - School cleaning services
  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The College requires a contract for the provision of cleaning and ancillary services to the following campuses, Bangor (4 buildings), Newtownards (1 building), Holywood (3 buildings), Lisburn (3 buildings) and will have an initial period of 60 months with options to extend for a further 3 x 12 months. The Contractor shall provide professionally managed ancillary, (feminine hygiene, barrier matting, window cleaning and grounds maintenance) services and high quality cleaning services that provides a comprehensive, efficient, user friendly, customer focused and cost effective service to meet the needs of SERC and its students, staff and visitors.

two.2.5) Award criteria

Quality criterion - Name: As per tender documents / Weighting: 30

Cost criterion - Name: As per tender documents / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

3 optional extension periods of up to 12 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


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 000-007063


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

22 June 2021

five.2.2) Information about tenders

Number of tenders received: 6

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: 6

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

Email

tenders@aramark.ie

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: £2,207,462.24

Total value of the contract/lot: £2,207,462.24


Section six. Complementary information

six.3) Additional information

The contractor’s performance on this contract will be managed as per specification and regularly monitored see Procurement Guidance Note 01/12 contract. 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 (CPD) 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 unsatisfactory performance and the contract may be terminated. The issue of a 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 12 months from the date of issue of the. certificate. The authority expressly reserved the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice;. (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and. in no circumstances will the authority be liable for any costs incurred by candidates;. (iii) to award (a) contract(s) in respect of any part(s) of the (services) covered by this notice; and (iv) to award contract(s) in stages and in no circumstances will the authority be liable for any. costs incurred by candidates.

six.4) Procedures for review

six.4.1) Review body

This is not applicable to the UK

This is not applicable to the UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 (as amended) and applied a standstill period (minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. The notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.