Section one: Contracting entity
one.1) Name and addresses
BELFAST HARBOUR COMMISSIONERS
Harbour Office,Corporation Square
BELFAST
BT1 3AL
Country
United Kingdom
Region code
UKN06 - Belfast
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.belfast-harbour.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.belfast-harbour.co.uk/corporate/tenders
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.belfast-harbour.co.uk/corporate/tenders
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cleaning & Hygiene Services Tender
two.1.2) Main CPV code
- 90919200 - Office cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Belfast Harbour Commissioners (BHC) is conducting a competitive tender exercise for appointment of a service provider to provide cleaning & hygiene services for BHC within the Harbour Office along with six offsite buildings within Belfast Harbour Estate.
Tenders are sought from service providers who are able to meet the high standard of service delivery required and one which will particularly protect the integrity of the listed building and its contents. The Harbour Office is a listed building with many priceless artefacts, paintings and sculptures which must be cared for to the highest standard at all times.
It is currently anticipated that any contract entered into by BHC will be for an initial three (3) year period. BHC shall have the option, acting at its discretion, to extend on an annual basis thereafter on up to two subsequent occasions of twelve (12) months each time, up to a maximum total period of five (5) years.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90911100 - Accommodation cleaning services
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
Main site or place of performance
Belfast Harbour Estate
two.2.4) Description of the procurement
Belfast Harbour Commissioners (BHC) is conducting a competitive tender exercise for appointment of a service provider to provide cleaning & hygiene services for BHC within the Harbour Office along with six offsite buildings within Belfast Harbour Estate.
Tenders are sought from service providers who are able to meet the high standard of service delivery required and one which will particularly protect the integrity of the listed building and its contents. The Harbour Office is a listed building with many priceless artefacts, paintings and sculptures which must be cared for to the highest standard at all times.
It is currently anticipated that any contract entered into by BHC will be for an initial three (3) year period. BHC shall have the option, acting at its discretion, to extend on an annual basis thereafter on up to two subsequent occasions of twelve (12) months each time, up to a maximum total period of five (5) years.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is currently anticipated that any contract entered into by BHC will be for an initial three (3) year period. BHC shall have the option, acting at its discretion, to extend on an annual basis thereafter on up to two subsequent occasions of twelve (12) months each time, up to a maximum total period of five (5) years.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.6) Deposits and guarantees required
BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Subject to the status and involvement of the parties, BHC may require the parties to commit to joint and several liability in respect of the contract. Alternatively, BHC may require the lead operator to take total responsibility or a consortium to form a legal entity before entering into any contract.
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 January 2025
Local time
12:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 January 2025
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
BHC reserves the right at any time to:
- reject any or all responses and to cancel or withdraw from this tender process at any stage;
- award a contract without prior notice;
- change the basis, the procedures and timescales set out or referred to within the Invitation to Tender; or
- require a bidder to clarify any submissions in writing and/or to provide additional information.
Bidders who wish to participate in this procurement will be required to provide contact details before downloading the tender documents. Bidders who fail to provide their details to BHC or register in this manner will not receive any clarifications or updated information provided by BHC during the tender process. The costs of responding to this notice and participation in the process will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
BHC will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).