Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 30th Apr 2024

Tender Details
Referenceocds-h6vhtk-045631
Common Procurement VocabularyPest-control services
Procurement MethodOpen procedure
Value£875,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 30th Apr 2024

Tender Details
Referenceocds-h6vhtk-045631
Common Procurement VocabularyPest-control services
Procurement MethodOpen procedure
Value£875,000

Section I: Contracting authority

I.1) Name and addresses

PSNI - Police Service of Northern Ireland

Brooklyn, 65 Knock Rd

BELFAST

BT5 6LD

Email

Justice.CPD [at] finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ID 5241930 - PSNI - Pest Control Services

II.1.2) Main CPV code

  • 90922000 - Pest-control services

II.1.3) Type of contract

Services

II.1.4) Short description

The Police Service of Northern Ireland is seeking to establish a Contract for the provision of pest control services at locations throughout Northern Ireland. The contract will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way. Through Service delivery, the Contractor will be required to: • implement a sustainable structure that encourages continued value for money, efficiencies, continuous improvement and innovations; • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient Service, seeking to identify solutions to issues and making a commitment to effective dispute resolution; • help provide a safe environment in all contract areas to enable the Client’s staff to effectively deliver frontline support and services and for customers to avail of those services; • to maintain a robust programme of contract monitoring to ensure effective delivery of Services; and • integrate environmental considerations and delivery on social benefits through the performance of the Contract. The key operational objectives and tasks of the Contractor in relation to the provision of the specified services are: • Provide a clean and safe working environment for staff, contractors, and visitors to the Client’s premises; • Deliver a consistent quality service across the estate, meeting the standards as specified within the specification schedule and the contracts Key Performance Indicators (KPIs); • Maintain and safeguard the assets of the Client’s premises and their contents; • Enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • Ensure that the services are operated in an efficient and cost effective manner with regard to their business activity; • Ensure that the Contractor staff are well presented, clean and tidy, polite, honest, respectful to others and willing to help; • Report to and liaise with the Client’s Representatives (and professional advisors) to compile and implement strategic policy for operating the Services in an efficient and cost effective manner; • Ensure compliance with all relevant regulations including Health and Safety, and to liaise with statutory authorities as appropriate; • Offer continual advice and proposals to the Client on methods of introducing additional value for money and innovation into the delivery of the Services; • Ensure high levels of customer satisfaction.

II.1.5) Estimated total value

Value excluding VAT: £875,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90922000 - Pest-control services

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

The Police Service of Northern Ireland is seeking to establish a Contract for the provision of pest control services at locations throughout Northern Ireland. The contract will be awarded independently on the basis of the Most Economically Advantageous Tender. The Contractor will be responsible for managing and delivering the specified services at the different premises in a flexible and responsive way. Through Service delivery, the Contractor will be required to: • implement a sustainable structure that encourages continued value for money, efficiencies, continuous improvement and innovations; • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient Service, seeking to identify solutions to issues and making a commitment to effective dispute resolution; • help provide a safe environment in all contract areas to enable the Client’s staff to effectively deliver frontline support and services and for customers to avail of those services; • to maintain a robust programme of contract monitoring to ensure effective delivery of Services; and • integrate environmental considerations and delivery on social benefits through the performance of the Contract. The key operational objectives and tasks of the Contractor in relation to the provision of the specified services are: • Provide a clean and safe working environment for staff, contractors, and visitors to the Client’s premises; • Deliver a consistent quality service across the estate, meeting the standards as specified within the specification schedule and the contracts Key Performance Indicators (KPIs); • Maintain and safeguard the assets of the Client’s premises and their contents; • Enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • Ensure that the services are operated in an efficient and cost effective manner with regard to their business activity; • Ensure that the Contractor staff are well presented, clean and tidy, polite, honest, respectful to others and willing to help; • Report to and liaise with the Client’s Representatives (and professional advisors) to compile and implement strategic policy for operating the Services in an efficient and cost effective manner; • Ensure compliance with all relevant regulations including Health and Safety, and to liaise with statutory authorities as appropriate; • Offer continual advice and proposals to the Client on methods of introducing additional value for money and innovation into the delivery of the Services; • Ensure high levels of customer satisfaction.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £875,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period, there are 2 options to extend for 2 years each.

II.2.13) Information about European Union Funds

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

II.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 III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

30 May 2024

Local time

3:00pm

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 28 August 2024

IV.2.7) Conditions for opening of tenders

Date

30 May 2024

Local time

3:30pm

Information about authorised persons and opening procedure

Only CPD Procurement Staff with access to the project on eTendersNI.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.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;

VI.4) Procedures for review

VI.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

VI.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.