Notice Information
Notice Title
ID 5241930 - PSNI - Pest Control Services
Notice 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.
Lot Information
Lot 1
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. Additional information: Contract ValueThe 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.
Options: An initial contract period of Three 3 years with two 2 optional extension periods of up to two 2 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-045631
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031115-2024
- 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
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90922000 - Pest-control services
Notice Value(s)
- Tender Value
- £875,000 £500K-£1M
- Lots Value
- £875,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £875,000 £500K-£1M
Notice Dates
- Publication Date
- 30 Sep 20241 years ago
- Submission Deadline
- 30 May 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Aug 20241 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PSNI - POLICE SERVICE OF NORTHERN IRELAND
- Contact Name
- Not specified
- Contact Email
- justice.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT5 6LD
- 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
- Sandown
- Westminster Constituency
- Belfast East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-045631-2024-09-30T10:04:13+01:00",
"date": "2024-09-30T10:04:13+01:00",
"ocid": "ocds-h6vhtk-045631",
"description": "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;. (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 in no circumstances will the Authority be liable for any costs incurred by candidates.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-045631",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ID 5241930 - PSNI - Pest Control Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 875000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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. Additional information: Contract ValueThe 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.",
"value": {
"amount": 875000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "An initial contract period of Three 3 years with two 2 optional extension periods of up to two 2 years."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Service Delivery",
"type": "quality",
"description": "15.2"
},
{
"name": "Contract Management",
"type": "quality",
"description": "14.8"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "60"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-05-30T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-08-28T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2024-05-30T15:30:00+01:00"
},
"bidOpening": {
"date": "2024-05-30T15:30:00+01:00",
"description": "Only CPD Procurement Staff with access to the project on eTendersNI."
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into."
},
"parties": [
{
"id": "GB-FTS-112457",
"name": "PSNI - Police Service of Northern Ireland",
"identifier": {
"legalName": "PSNI - Police Service of Northern Ireland"
},
"address": {
"streetAddress": "Brooklyn, 65 Knock Rd",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT5 6LD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "justice.cpd@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.psni.police.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
],
"buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement"
}
},
{
"id": "GB-FTS-22455",
"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.",
"identifier": {
"legalName": "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."
},
"address": {
"locality": "N/A",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-125495",
"name": "Withheld for Security Reasons",
"identifier": {
"legalName": "Withheld for Security Reasons"
},
"address": {
"locality": "N/A",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "justice.cpd@finance-ni.gov.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-112457",
"name": "PSNI - Police Service of Northern Ireland"
},
"language": "en",
"awards": [
{
"id": "031115-2024-1-1",
"relatedLots": [
"1"
],
"title": "Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-125495",
"name": "Withheld for Security Reasons"
}
]
}
],
"contracts": [
{
"id": "031115-2024-1-1",
"awardID": "031115-2024-1-1",
"title": "Contract",
"status": "active",
"value": {
"amount": 875000,
"currency": "GBP"
},
"dateSigned": "2024-08-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"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": 5
}
]
}
}