Tender Details
Title
ID 4814994 - DoJ - NICTS Office Cleaning Contract 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 ...
Country
Language
English
Organization
Published Date
07.05.2024
Deadline Date
06.06.2024
Overview
ID 4814994 - DoJ - NICTS Office Cleaning Contract 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 ... NICTS - Northern Ireland Courts and Tribunals Service ID 4814994 - DoJ - NICTS Office Cleaning Contract - Opportunity ID 4814994 - DoJ - NICTS Office Cleaning Contract NICTS - Northern Ireland Courts and Tribunals Service F02: Contract notice Notice reference: 2024/S 000-014491 Published 7 May 2024, 12:13pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses NICTS - Northern Ireland Courts and Tribunals Service Laganside House, 23 - 27 Oxford Street BELFAST BT1 3LA 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/topics/courts-and-tribunals Buyer's address https://www.finance-ni.gov.uk/topics/procurement one.2) Information about joint procurementI.2) Information about joint procurement The contract is awarded by a central purchasing body one.3) CommunicationI.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 to the above-mentioned address one.4) Type of the contracting authorityI.4) Type of the contracting authority Body governed by public law one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title ID 4814994 - DoJ - NICTS Office Cleaning Contract two.1.2) Main CPV codeII.1.2) Main CPV code 90910000 - Cleaning services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.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.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £6,021,049 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 90911200 - Building-cleaning services 90919200 - Office cleaning services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKN - Northern Ireland two.2.4) Description of the procurementII.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 criteriaII.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 valueII.2.6) Estimated value Value excluding VAT: £6,021,049 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 24 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.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 FundsII.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 informationII.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 time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.. Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.2) Economic and financial standingIII.1.2) Economic and financial standing List and brief description of selection criteria as per Tender documentation. three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability List and brief description of selection criteria as per Tender documentation. Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 6 June 2024 Local time 3:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.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 tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 4 September 2024 four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 6 June 2024 Local time 3:30pm Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.3) Additional informationVI.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 reviewVI.4) Procedures for review six.4.1) Review bodyVI.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 procedureVI.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 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. Back to top 1715458974 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action ID 4814994 - DoJ - NICTS Office Cleaning ContractNICTS - Northern Ireland Courts and Tribunals Service  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 ...  Notice typeF02: Contract noticeClosing6 June 2024, 3:00pmContract locationUKN - Northern IrelandTotal value £6,021,049 Publication date7 May 2024, 12:13pm
NAICS
Business All Other Professional Jewelry Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Other Foundation Other Foundation Religious Furniture Financial Transactions Processing Justice Automatic Environmental Control Manufacturing for Residential Other Professional Cookie Highway Turned Product and Screw Other Justice Regulation Highway Commercial Jewelry Courts Trusts Courts Highway Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Trusts Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Funds
CPVS
Parts of structures System, storage and content management software package Mains Nuts Calendars Sections Lavatory seats, covers, bowls and cisterns Publications Frames Furniture Office, school and office equipment cleaning services Safes Parts of furniture Fittings Supports Structures and parts System, storage and content management software development services Watches Vats Monitors Other services Keys Scales Radio, television, communication, telecommunication and related equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
House Nuts Scales Calendars Awards Furniture Business cases Watches Single room Case making services Cleaning, sorting, and grading machine parts and accessories Tent, for office use
Regions
Europe Northern Europe
Sectors
Civil Works Building Environment and Pollution-Recycling Furniture Automobiles and Auto Parts Supply Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Industry Petroleum Products Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert