Section one: Contracting authority
one.1) Name and addresses
The Executive Office
Stormont Castle
BELFAST
BT4 3TT
Contact
collaboration.cpdfinance-ni.gov.u
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 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
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.1.5) Estimated total value
Value excluding VAT: £540,000
two.1.6) Information about lots
This contract is divided into lots: No
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.2.6) Estimated value
Value excluding VAT: £540,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
It is anticipated this contract will be retendered at the end of the initial contract period or the optional extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
1 optional extension period of up to 12 months
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
24 November 2021
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: 22 February 2022
four.2.7) Conditions for opening of tenders
Date
24 November 2021
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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 and Procurement Delivery Supplies and Services Division 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 three years from the date of issue of the certificate..
six.4) Procedures for review
six.4.1) Review body
This is not applicable in the UK
This is 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.