Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Department of Justice
c/o Construction and Procurement Delivery, 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.justice-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
DoJ Opening and Closing of Interface Security Gates
Cyfeirnod: ID 4928266
II.1.2) Prif god CPV
79710000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 200 000.00 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 2 lotiau
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1) Belfast Security Gates
II.2.2) Cod(au) CPV ychwanegol
79710000
II.2.3) Man cyflawni
Cod NUTS:
UKN06
UKN0A
Prif safle neu fan cyflawni:
Lot 1 - North and West Belfast
II.2.4) Disgrifiad o’r caffaeliad
The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 100 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
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
Rhif y Lot 2
II.2.1) Teitl
Lot 2) Derry / Londonderry Security Gates
II.2.2) Cod(au) CPV ychwanegol
79710000
II.2.3) Man cyflawni
Cod NUTS:
UKN06
UKN0A
Prif safle neu fan cyflawni:
Lot 2 - Derry / Londonderry
II.2.4) Disgrifiad o’r caffaeliad
The Department of Justice (DoJ) has responsibility for a number of security gates in Belfast and Derry / Londonderry. One lot is for the provision of a service to open and close security gates in north and west Belfast, at the times set out in the mandatory requirements. A second lot is the provision of a service to open and close six security gates in Derry, in close proximity to the intersection of Bishop Street and Derry’s Walls, at the times set out in the mandatory requirements.
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 100 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
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
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
As per the Instructions to Tenderers, and CPD General Instructions and the Tender Competition Rules (https://www.finance-ni.gov.uk/publications/selling-government).
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:
As stated 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:
08/11/2023
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
Neither CPD nor the Department of Justice can 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
18/10/2023