Section one: Contracting authority
one.1) Name and addresses
Department for Communities
Causeway Exchange 1-7 Bedford Street
Belfast
BT2 7EG
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.communities-ni.gov.uk/
Buyer's address
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 4747209 - DfC - Bridge Cleaning - Lagan Weir Cycle and Pedestrian Bridge
Reference number
ID 4747209
two.1.2) Main CPV code
- 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department for Communities has statutory responsibility to manage and maintain the impounded River Lagan. This responsibility includes the operation of the Lagan Weir and maintenance of various areas of public realm adjacent to the river and the Lagan Weir Pedestrian and Cycle Bridge. DfC requires a Contractor to clean and maintain all aspects of the Lagan Weir Pedestrian and Cycle Bridge. The cleaning and maintenance specification for the bridge is divided into six specific areas: (i) deck cleaning, (ii) window cleaning, (iii) underside of the bridge cleaning, (iv) sandstone pillar cleaning, (v) graffiti removal and (vi) general maintenance.
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: £395,520
two.2) Description
two.2.2) Additional CPV code(s)
- 90610000 - Street-cleaning and sweeping services
- 90611000 - Street-cleaning services
- 90690000 - Graffiti removal services
- 90910000 - Cleaning services
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Department for Communities has statutory responsibility to manage and maintain the impounded River Lagan. This responsibility includes the operation of the Lagan Weir and maintenance of various areas of public realm adjacent to the river and the Lagan Weir Pedestrian and Cycle Bridge. DfC requires a Contractor to clean and maintain all aspects of the Lagan Weir Pedestrian and Cycle Bridge. The cleaning and maintenance specification for the bridge is divided into six specific areas: (i) deck cleaning, (ii) window cleaning, (iii) underside of the bridge cleaning, (iv) sandstone pillar cleaning, (v) graffiti removal and (vi) general maintenance.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 40
Cost criterion - Name: Quantitative Criteria / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
The Client will have the option to extend the contract by two further periods of one year 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: 2023/S 000-017088
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
9 August 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CUAN MARINE SERVICES LIMITED
200A Shore Road
NEWTOWNARDS
BT22 1LA
cuanmarineservicesltd@gmail.com
Telephone
+44 02842728297
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £395,520
Total value of the contract/lot: £395,520
Section six. Complementary information
six.3) Additional information
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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may 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
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
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 incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That 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.