CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-013927/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: PSNI – Police Service of Northern Ireland
Postal address: Brooklyn, 65 Knock Rd
Town: BELFAST
Postal code: BT5 6LD
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
Internet address(es):
Main address:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
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 saftey

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
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: 875000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
90922000

II.2.3) Place of performance
Nuts code:
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

II.2.6) Estimated value:
Value excluding VAT: 875000.00 Currency: GBP
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.2.9) 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: 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 procedureIV.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: 2024-05-30 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 tender must maintain the tender
Tender must be valid until:2024-08-28
IV.2.7) Conditions for opening tenders
Date: 2024-05-30 Local time: 15:30
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
Official name: 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.
Town: 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.

VI.5) Date of dispatch of this notice:2024-04-30


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 21, 2024

Fire Door Replacement

Type of document: Contract Notice Country: United Kingdom 1. Title: FIRE DOOR REPLACEMENT 2. Awarding Authority: University of Wales Trinity Saint David, Carmarthen

May 21, 2024

Fire Doors Replacement Scheme

Type of document: Contract Notice Country: United Kingdom 1. Title: FIRE DOORS REPLACEMENT SCHEME 2. Awarding Authority: Northumberland County Council, County Hall, Morpeth,