Tender

ID 4556539 - DoJ - NICTS - Provision of Removal Services for Enforcement of Judgements Office (EJO)

  • The Northern Ireland Courts and Tribunals Service

F02: Contract notice

Notice identifier: 2023/S 000-015512

Procurement identifier (OCID): ocds-h6vhtk-03d2d8

Published 1 June 2023, 10:34am



Section one: Contracting authority

one.1) Name and addresses

The Northern Ireland Courts and Tribunals Service

c/o CPD, 303 Airport Road West

BELFAST

BT3 9ED

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

Region 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.2) Information about 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

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 4556539 - DoJ - NICTS - Provision of Removal Services for Enforcement of Judgements Office (EJO)

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Enforcement of Judgements Office (EJO) is a branch of the Northern Ireland Courts and Tribunals Service (NICTS) which is an agency of the Northern Ireland Department of Justice (DoJ).The EJO is the statutory body in the jurisdiction of Northern Ireland for the enforcement of Civil Court judgments in respect of money, goods, property and land. The EJO has a number of statutory officers who are appointed to carry out its obligations, namely a Chief Enforcement Officer, his Deputy and a number of staff who are appointed as Enforcement Officers. Enforcement Officers will be the primary persons who will take forward the obligations on behalf of the EJO. In carrying out the obligations the EJO require the services of a removal company. It is anticipated that the contract will commence on 01 October 2023 and will run for an initial period of five (5) years with the option of a two (2) year extension. Please see the Specification for full details of requirements.

two.1.5) Estimated total value

Value excluding VAT: £1,900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63121000 - Storage and retrieval services
  • 63122000 - Warehousing services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Enforcement of Judgements Office (EJO) is a branch of the Northern Ireland Courts and Tribunals Service (NICTS) which is an agency of the Northern Ireland Department of Justice (DoJ).The EJO is the statutory body in the jurisdiction of Northern Ireland for the enforcement of Civil Court judgments in respect of money, goods, property and land. The EJO has a number of statutory officers who are appointed to carry out its obligations, namely a Chief Enforcement Officer, his Deputy and a number of staff who are appointed as Enforcement Officers. Enforcement Officers will be the primary persons who will take forward the obligations on behalf of the EJO. In carrying out the obligations the EJO require the services of a removal company. It is anticipated that the contract will commence on 01 October 2023 and will run for an initial period of five (5) years with the option of a two (2) year extension. Please see the Specification for full details of requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,900,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is for an initial period of five (5) years with the option of a two (2) year 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.2.2) Time limit for receipt of tenders or requests to participate

Date

3 July 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: 1 October 2023

four.2.7) Conditions for opening of tenders

Date

3 July 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof for additional potential users. The estimates are 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. Contract monitoring: 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 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 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. The authority expressly reserves 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; (iii) to award a contracts in respect of any part(s) of the services covered by this notice and (iv) to award contract(s) in stages. And under no circumstances will the authority be liable for any costs incurred by Candidates.

six.4) Procedures for review

six.4.1) Review body

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 Regulations.

The UK does not have any special review body with responsibility for appeal/mediation procedures

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.