Contract

ID 4814994 - DoJ - NICTS Office Cleaning Contract

  • NICTS - Northern Ireland Courts

F03: Contract award notice

Notice identifier: 2024/S 000-031461

Procurement identifier (OCID): ocds-h6vhtk-045788

Published 2 October 2024, 8:40am



Section one: Contracting authority

one.1) Name and addresses

NICTS - Northern Ireland Courts

Laganside House, 23-27 Donegall Quay

BELFAST

BT1 3LA

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.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 4814994 - DoJ - NICTS Office Cleaning Contract

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Justice (DoJ), Northern Ireland Courts and Tribunal Service (NICTS) seeks to establish a contract for the provision of a comprehensive cleaning service throughout the NICTS estate, delivered in a safe and efficient manner. The Contractor must take responsibility for maintaining the cleanliness of all internal cleanable areas including fixtures, fittings, furniture and finishes, to minimise degradation, enhance asset life cycle and ensure that the Client’s high standards and good reputation are maintained. Please refer to ‘Schedule 2 ‘Specification/Requirements and Annexes for further information on the services to be delivered under this Contract.

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: £6,800,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90911200 - Building-cleaning services
  • 90919200 - Office cleaning services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Justice (DoJ), Northern Ireland Courts and Tribunal Service (NICTS) seeks to establish a contract for the provision of a comprehensive cleaning service throughout the NICTS estate, delivered in a safe and efficient manner. The Contractor must take responsibility for maintaining the cleanliness of all internal cleanable areas including fixtures, fittings, furniture and finishes, to minimise degradation, enhance asset life cycle and ensure that the Client’s high standards and good reputation are maintained. Please refer to ‘Schedule 2 ‘Specification/Requirements and Annexes for further information on the services to be delivered under this Contract.

two.2.5) Award criteria

Quality criterion - Name: AC1 Implementation and Service Transition / Weighting: 10

Quality criterion - Name: AC2 Service Delivery / Weighting: 12

Quality criterion - Name: AC3 Contract Management / Weighting: 8

Quality criterion - Name: AC4 Social Value / Weighting: 10

Price - Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period, there are 3 options to extend for 1 year each. Following contract award there will be an implementation period of approximately 03 months prior to the Service Period and the Initial Term. Optional extension periods will be subject to review and satisfactory performance assessment by the Department.

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.2.14) Additional information

Contract Value. . The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such timeas entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periodsand figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and theContracting Authority reserves the right to change any or all of them.


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: 2024/S 000-014491


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

30 September 2024

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Details withheld for Security Reasons

N/A

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://www.finance-ni.gov.uk/topics/procurement

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £6,021,049

Total value of the contract/lot: £6,800,000


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Unsatisfactory Performance and the contract may be terminated. . . The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.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;. and in 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 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.

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 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.