{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-040d13-2023-10-18T14:01:46+01:00",
    "date": "2023-10-18T14:01:46+01:00",
    "ocid": "ocds-h6vhtk-040d13",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "ID 4928266",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoJ Opening and Closing of Interface Security Gates",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79710000",
            "description": "Security services"
        },
        "mainProcurementCategory": "services",
        "description": "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.",
        "value": {
            "amount": 200000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1) Belfast Security Gates",
                "description": "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.",
                "value": {
                    "amount": 100000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2) Derry / Londonderry Security Gates",
                "description": "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.",
                "value": {
                    "amount": 100000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN06"
                    },
                    {
                        "region": "UKN0A"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 1 - North and West Belfast"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79710000",
                        "description": "Security services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN06"
                    },
                    {
                        "region": "UKN0A"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lot 2 - Derry / Londonderry"
                },
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "otherRequirements": {
            "reductionCriteria": "As per the Instructions to Tenderers, and CPD General Instructions and the Tender Competition Rules (https://www.finance-ni.gov.uk/publications/selling-government)."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "awardCriteriaDetails": "As stated in the Instructions to Tenderers document.",
        "tenderPeriod": {
            "endDate": "2023-11-08T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-86197",
            "name": "Department of Justice",
            "identifier": {
                "legalName": "Department of Justice"
            },
            "address": {
                "streetAddress": "c/o Construction and Procurement Delivery, 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/",
                "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-21775",
            "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.",
            "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."
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-86197",
        "name": "Department of Justice"
    },
    "language": "en"
}