Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department of Finance
Clare House, 303 Airport Road West
BELFAST
BT3 9ED
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 5027710 - DoF - Collaborative Grounds Maintenance
II.1.2) Main CPV code
77314000
II.1.3) Type of contract
Services
II.1.4) Short description
Construction and Procurement Delivery intends to establish a collaborative contract for the provision of Grounds Maintenance Services for the participating bodies listed within the contract documents. Each Client using the Services under this Contract will do so independently, therefore the Contractor shall be responsible for managing each separate Client account, invoicing each Client and handling complaints directly with each Client. There is no commitment as to the usage, volume, or value of services required under this Contract. Any levels, or aggregate values of services, referred to are indicative only and shall not be binding on the Client. The Contract will consist of three lots, two geographical lots and a third lot specific to National Museums Northern Ireland.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Northern Area
II.2.2) Additional CPV code(s)
77314000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Construction and Procurement Delivery intends to establish a collaborative contract for the provision of Grounds Maintenance Services for the participating bodies listed within the contract documents. Each Client using the Services under this Contract will do so independently, therefore the Contractor shall be responsible for managing each separate Client account, invoicing each Client and handling complaints directly with each Client. There is no commitment as to the usage, volume, or value of services required under this Contract. Any levels, or aggregate values of services, referred to are indicative only and shall not be binding on the Client. The Contract will consist of three lots, two geographical lots and a third lot specific to National Museums Northern Ireland.
II.2.5) Award criteria
Criteria below:
Quality criterion: As per tender documents
/ Weighting: 40
Cost criterion: As per tender documents
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
4 000 000.00
GBP
II.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:
Optional extension periods of 24 months and 12 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Optional extension periods of 24 months and 12 months
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
The values are estimates of the requirements and no level of business is guaranteed.
Lot No: 2
II.2.1) Title
Lot 2 - Southern Area
II.2.2) Additional CPV code(s)
77314000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Construction and Procurement Delivery intends to establish a collaborative contract for the provision of Grounds Maintenance Services for the participating bodies listed within the contract documents. Each Client using the Services under this Contract will do so independently, therefore the Contractor shall be responsible for managing each separate Client account, invoicing each Client and handling complaints directly with each Client. There is no commitment as to the usage, volume, or value of services required under this Contract. Any levels, or aggregate values of services, referred to are indicative only and shall not be binding on the Client. The Contract will consist of three lots, two geographical lots and a third lot specific to National Museums Northern Ireland.
II.2.5) Award criteria
Criteria below:
Quality criterion: As per tender documents
/ Weighting: 40
Cost criterion: As per tender documents
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
4 000 000.00
GBP
II.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:
Options of 24 months and 12 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Options of 24 months and 12 months
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
The values are estimates of the requirements and no level of business is guaranteed.
Lot No: 3
II.2.1) Title
Lot 3 - NMNI
II.2.2) Additional CPV code(s)
77314000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Construction and Procurement Delivery intends to establish a collaborative contract for the provision of Grounds Maintenance Services for the participating bodies listed within the contract documents. Each Client using the Services under this Contract will do so independently, therefore the Contractor shall be responsible for managing each separate Client account, invoicing each Client and handling complaints directly with each Client. There is no commitment as to the usage, volume, or value of services required under this Contract. Any levels, or aggregate values of services, referred to are indicative only and shall not be binding on the Client. The Contract will consist of three lots, two geographical lots and a third lot specific to National Museums Northern Ireland.
II.2.5) Award criteria
Criteria below:
Quality criterion: As per tender documents
/ Weighting: 40
Cost criterion: As per tender documents
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
2 000 000.00
GBP
II.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:
Options of 24 months and 12 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Options of 24 months and 12 months
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
The values are estimates of the requirements and no level of business is guaranteed.
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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
05/02/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
05/05/2024
IV.2.7) Conditions for opening of tenders
Date:
05/02/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
3-5 years
VI.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 Procurement Delivery Supplies and Services Division for further action. If this occurs and the Contractors performance does not improve to satisfactory levels within the specified period, this can be considered grounds for termination of the contract at the Contractors expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may in accordance with The Public Contracts Regulations 2015 (as amended) be excluded from future public procurement competitions for a period of up to three years.
VI.4) Procedures for review
VI.4.1) Review body
Not applicable in the UK
Not applicable in the UK
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 (as amended) 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.
VI.5) Date of dispatch of this notice
19/12/2023