Award

ID 4556539 - DoJ - NICTS - Provision of Removal Services for Enforcement of Judgements Office (EJO)

THE NORTHERN IRELAND COURTS AND TRIBUNALS SERVICE

This public procurement record has 2 releases in its history.

Award

04 Oct 2023 at 06:55

Tender

01 Jun 2023 at 09:34

Summary of the contracting process

The procurement process involves the Northern Ireland Courts and Tribunals Service (NICTS), a branch of the Northern Ireland Department of Justice (DoJ), seeking removal services for the Enforcement of Judgements Office (EJO). The contract is for an initial period of five years, starting on October 1, 2023, with a two-year extension option. The procurement stage is currently in the tender stage, and the main industry category is services related to storage and warehousing. The location of the procurement is in Northern Ireland.

This tender presents an opportunity for removal service providers to cater to the Enforcement of Judgements Office's requirements in Northern Ireland. Businesses specializing in storage and warehousing services are well-positioned to compete for this contract. The contract value is substantial, standing at £2,000,000.00 GBP, providing a significant opportunity for growth and expansion for the winning bidder.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

ID 4556539 - DoJ - NICTS - Provision of Removal Services for Enforcement of Judgements Office (EJO)

Notice Description

The Enforcement of Judgements Office (EJO) is a branch of the Northern Ireland Courts and Tribunals Service (NICTS) which is an agency of the Northern Ireland Department of Justice (DoJ).The EJO is the statutory body in the jurisdiction of Northern Ireland for the enforcement of Civil Court judgments in respect of money, goods, property and land. The EJO has a number of statutory officers who are appointed to carry out its obligations, namely a Chief Enforcement Officer, his Deputy and a number of staff who are appointed as Enforcement Officers. Enforcement Officers will be the primary persons who will take forward the obligations on behalf of the EJO. In carrying out the obligations the EJO require the services of a removal company. It is anticipated that the contract will commence on 01 October 2023 and will run for an initial period of five (5) years with the option of a two (2) year extension. Please see the Specification for full details of requirements.

Lot Information

Lot 1

The Enforcement of Judgements Office (EJO) is a branch of the Northern Ireland Courts and Tribunals Service (NICTS) which is an agency of the Northern Ireland Department of Justice (DoJ).The EJO is the statutory body in the jurisdiction of Northern Ireland for the enforcement of Civil Court judgments in respect of money, goods, property and land. The EJO has a number of statutory officers who are appointed to carry out its obligations, namely a Chief Enforcement Officer, his Deputy and a number of staff who are appointed as Enforcement Officers. Enforcement Officers will be the primary persons who will take forward the obligations on behalf of the EJO. In carrying out the obligations the EJO require the services of a removal company. It is anticipated that the contract will commence on 01 October 2023 and will run for an initial period of five (5) years with the option of a two (2) year extension. Please see the Specification for full details of requirements.

Options: The contract is for an initial period of five 5 years with the option of a two 2 year extension.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03d2d8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029187-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

63120000 - Storage and warehousing services

63121000 - Storage and retrieval services

63122000 - Warehousing services

Notice Value(s)

Tender Value
£1,900,000 £1M-£10M
Lots Value
£1,900,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,000,000 £1M-£10M

Notice Dates

Publication Date
4 Oct 20232 years ago
Submission Deadline
3 Jul 2023Expired
Future Notice Date
Not specified
Award Date
30 Sep 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE NORTHERN IRELAND COURTS AND TRIBUNALS SERVICE
Contact Name
Not specified
Contact Email
justice.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

INFORMATION WITHHELD FOR SECURITY REASONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03d2d8-2023-10-04T07:55:24+01:00",
    "date": "2023-10-04T07:55:24+01:00",
    "ocid": "ocds-h6vhtk-03d2d8",
    "description": "The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof for additional potential users. 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 contracts 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03d2d8",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 4556539 - DoJ - NICTS - Provision of Removal Services for Enforcement of Judgements Office (EJO)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "63120000",
            "description": "Storage and warehousing services"
        },
        "mainProcurementCategory": "services",
        "description": "The Enforcement of Judgements Office (EJO) is a branch of the Northern Ireland Courts and Tribunals Service (NICTS) which is an agency of the Northern Ireland Department of Justice (DoJ).The EJO is the statutory body in the jurisdiction of Northern Ireland for the enforcement of Civil Court judgments in respect of money, goods, property and land. The EJO has a number of statutory officers who are appointed to carry out its obligations, namely a Chief Enforcement Officer, his Deputy and a number of staff who are appointed as Enforcement Officers. Enforcement Officers will be the primary persons who will take forward the obligations on behalf of the EJO. In carrying out the obligations the EJO require the services of a removal company. It is anticipated that the contract will commence on 01 October 2023 and will run for an initial period of five (5) years with the option of a two (2) year extension. Please see the Specification for full details of requirements.",
        "value": {
            "amount": 1900000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Enforcement of Judgements Office (EJO) is a branch of the Northern Ireland Courts and Tribunals Service (NICTS) which is an agency of the Northern Ireland Department of Justice (DoJ).The EJO is the statutory body in the jurisdiction of Northern Ireland for the enforcement of Civil Court judgments in respect of money, goods, property and land. The EJO has a number of statutory officers who are appointed to carry out its obligations, namely a Chief Enforcement Officer, his Deputy and a number of staff who are appointed as Enforcement Officers. Enforcement Officers will be the primary persons who will take forward the obligations on behalf of the EJO. In carrying out the obligations the EJO require the services of a removal company. It is anticipated that the contract will commence on 01 October 2023 and will run for an initial period of five (5) years with the option of a two (2) year extension. Please see the Specification for full details of requirements.",
                "value": {
                    "amount": 1900000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract is for an initial period of five 5 years with the option of a two 2 year extension."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "15.6"
                        },
                        {
                            "name": "Contract Management and Contingency Arrangements",
                            "type": "quality",
                            "description": "10.2"
                        },
                        {
                            "name": "Methodology for the delivery of Scenario 1",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "name": "Methodology for the delivery of Scenario 2",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Methodology for the delivery of Scenario 3",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Methodology for the delivery of Scenario 4",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10.2"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63121000",
                        "description": "Storage and retrieval services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63122000",
                        "description": "Warehousing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-03T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-10-01T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2023-07-03T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2023-07-03T15:30:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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 regarding alleged breaches of the Public Contracts Regulations 2015 (as amended)."
    },
    "parties": [
        {
            "id": "GB-FTS-84147",
            "name": "The Northern Ireland Courts and Tribunals Service",
            "identifier": {
                "legalName": "The Northern Ireland Courts and Tribunals Service"
            },
            "address": {
                "streetAddress": "c/o CPD, 303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.justice-ni.gov.uk/topics/courts-and-tribunals",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-83106",
            "name": "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 regarding alleged breaches of the Regulations.",
            "identifier": {
                "legalName": "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 regarding alleged breaches of the Regulations."
            },
            "address": {
                "locality": "The UK does not have any special review body with responsibility for appeal/mediation procedures",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-3219",
            "name": "Information withheld for security reasons",
            "identifier": {
                "legalName": "Information withheld for security reasons"
            },
            "address": {
                "locality": "Information withheld for security reasons",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-74078",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions"
            },
            "address": {
                "locality": "The UK does not have any special review body with responsibility for appeal/mediation procedures in",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-84147",
        "name": "The Northern Ireland Courts and Tribunals Service"
    },
    "language": "en",
    "awards": [
        {
            "id": "029187-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-3219",
                    "name": "Information withheld for security reasons"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029187-2023-1-1",
            "awardID": "029187-2023-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 2000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-10-01T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}