Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Communities
Causeway Exchange 1-7 Bedford Street
BELFAST
BT2 7EG
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.communities-ni.gov.uk/
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 to the abovementioned address
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 4747209 - DfC - Bridge Cleaning - Lagan Weir Cycle and Pedestrian Bridge
Reference number: ID 4747209
II.1.2) Main CPV code
90600000
II.1.3) Type of contract
Services
II.1.4) Short description
The Department for Communities has statutory responsibility to manage and maintain the impounded River Lagan. This responsibility includes the operation of the Lagan Weir and maintenance of various areas of public realm adjacent to the river and the Lagan Weir Pedestrian and Cycle Bridge. DfC requires a Contractor to clean and maintain all aspects of the Lagan Weir Pedestrian and Cycle Bridge. The cleaning and maintenance specification for the bridge is divided into six specific areas: (i) deck cleaning, (ii) window cleaning, (iii) underside of the bridge cleaning, (iv) sandstone pillar cleaning, (v) graffiti removal and (vi) general maintenance.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90610000
90611000
90690000
90910000
90911300
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Department for Communities has statutory responsibility to manage and maintain the impounded River Lagan. This responsibility includes the operation of the Lagan Weir and maintenance of various areas of public realm adjacent to the river and the Lagan Weir Pedestrian and Cycle Bridge. DfC requires a Contractor to clean and maintain all aspects of the Lagan Weir Pedestrian and Cycle Bridge. The cleaning and maintenance specification for the bridge is divided into six specific areas: (i) deck cleaning, (ii) window cleaning, (iii) underside of the bridge cleaning, (iv) sandstone pillar cleaning, (v) graffiti removal and (vi) general maintenance.
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:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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:
The Client will have the option to extend the contract by two further periods of one year 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
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:
19/07/2023
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:
17/10/2023
IV.2.7) Conditions for opening of tenders
Date:
19/07/2023
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
Contract Monitoring. 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 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 twelve months from the date of issue of the certificate.
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.
Belfast
UK
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..
VI.5) Date of dispatch of this notice
15/06/2023