Opportunity

DoJ Opening and Closing of Interface Security Gates

  • Department of Justice

F21: Social and other specific services – public contracts (contract notice)

Notice reference: 2023/S 000-030774

Published 18 October 2023, 2:01pm



Section one: Contracting authority

one.1) Name and addresses

Department of Justice

c/o Construction and Procurement Delivery, 303 Airport Road West

BELFAST

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.justice-ni.gov.uk/

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

Tenders or requests to participate must be submitted to the above-mentioned address

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

DoJ Opening and Closing of Interface Security Gates

Reference number

ID 4928266

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Lot 1) Belfast Security Gates

Lot No

1

two.2.2) Additional CPV code(s)

  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
  • UKN0A - Derry City and Strabane
Main site or place of performance

Lot 1 - North and West Belfast

two.2.4) Description of the procurement

The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.

two.2.6) Estimated value

Value excluding VAT: £100,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

36

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2) Derry / Londonderry Security Gates

Lot No

2

two.2.2) Additional CPV code(s)

  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
  • UKN0A - Derry City and Strabane
Main site or place of performance

Lot 2 - Derry / Londonderry

two.2.4) Description of the procurement

The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.

two.2.6) Estimated value

Value excluding VAT: £100,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

36

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As per the Instructions to Tenderers, and CPD General Instructions and the Tender Competition Rules (https://www.finance-ni.gov.uk/publications/selling-government).


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

As stated in the Instructions to Tenderers document.

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 November 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Neither CPD nor the Department of Justice can provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only; they include additional quantum for unforeseen demand and to future proof. 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) contract(s) 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.

N/A

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 and, where. appropriate, will incorporate a standstill period (i.e a minimum of 10 calendar days) at the point information on the award of the contract is communicated to tenderers. That notification will provide full. information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.