Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
Dundonald House, Upper Newtownards Road, Ballymiscaw
BELFAST
BT4 3SB
Contact
collaboration.cpdfinance-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
College of Agriculture Food Rural Enterprise CAFRE
Greenmount Campus, 45 Tirgracy Road, Muckamore
Antrim
BT41 4PS
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.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
DAERA - CAFRE Facilities Management Contract 2022/2027
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 of Agriculture, Food and Rural Enterprise (CAFRE) are seeking to establish a Contract for the delivery of catering, cleaning, laundry and security services as detailed within the Specification Schedule at its campuses in Enniskillen, Greenmount near Antrim and Loughry near Cookstown 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: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 90900000 - Cleaning and sanitation services
- 90919200 - Office cleaning services
- 90911200 - Building-cleaning services
- 98341130 - Janitorial services
- 98341110 - Housekeeping services
- 90911000 - Accommodation, building and window cleaning services
- 55520000 - Catering services
- 55500000 - Canteen and catering services
- 55510000 - Canteen services
- 55300000 - Restaurant and food-serving services
- 98311000 - Laundry-collection services
- 98311100 - Laundry-management services
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The College of Agriculture, Food and Rural Enterprise (CAFRE) are seeking to establish a Contract for the delivery of catering, cleaning, laundry and security services as detailed within the Specification Schedule at its campuses in Enniskillen, Greenmount near Antrim and Loughry near Cookstown 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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
2 optional extension periods 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
4 February 2022
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: 5 May 2022
four.2.7) Conditions for opening of tenders
Date
4 February 2022
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