Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Department for Communities
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-bost: justice.cpd@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.communities-ni.gov.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://etendersni.gov.uk/epps
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
NICS Provision of Security and Ancillary Services 2024
Cyfeirnod: ID 5054046
II.1.2) Prif god CPV
79710000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 140 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 3 lotiau
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot One
II.2.2) Cod(au) CPV ychwanegol
79711000
79714000
79715000
35121000
79993100
64122000
79992000
79500000
98341120
II.2.3) Man cyflawni
Cod NUTS:
UKN
Prif safle neu fan cyflawni:
All current service delivery locations are as listed on the Building Specification documents.
II.2.4) Disgrifiad o’r caffaeliad
Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 47 180 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 84
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Tenderers are directed to the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services.
Rhif y Lot 2
II.2.1) Teitl
Lot Two
II.2.2) Cod(au) CPV ychwanegol
79711000
79714000
79715000
35121000
79993100
64122000
79992000
79500000
98341120
II.2.3) Man cyflawni
Cod NUTS:
UKN
Prif safle neu fan cyflawni:
All current service delivery locations are as listed on the Building Specification documents.
II.2.4) Disgrifiad o’r caffaeliad
Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 24 626 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 84
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Tenderers are directed to the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services.
Rhif y Lot 3
II.2.1) Teitl
Lot Three
II.2.2) Cod(au) CPV ychwanegol
79711000
79714000
79715000
35121000
79993100
64122000
79992000
79500000
98341120
II.2.3) Man cyflawni
Cod NUTS:
UKN
Prif safle neu fan cyflawni:
All current service delivery locations are as listed on the Building Specification documents.
II.2.4) Disgrifiad o’r caffaeliad
Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 68 194 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 84
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Tenderers are directed to the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Evaluation model is as listed in the Instructions to Tenderers document.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.11) Prif nodweddion y weithdrefn ddyfarnu:
Evaluation model is as listed in the Instructions to Tenderers document.
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
08/04/2024
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
CPD, the Department for Communities, and the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services, cannot provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only; they include additional quantum for unforeseen demand and to future proof. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a Contractor should the actual demand be less than that. stated.. . 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 notice of written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice 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 up to 3 years from the date of issue of the notice. . . 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; (iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice and (iv) to award contract(s) in stages. And under no circumstances will the Authority be liable for any costs incurred by Candidates.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.
N/A
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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 the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
05/03/2024