{
    "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
            }
        ]
    }
}