Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Police Service of Northern Ireland
c/o Construction and Procurement Delivery, 303 Airport Road West
Belfast
BT3 9ED
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.psni.police.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PSNI Provision of Pest Control Services
Reference number: ID 1869957
II.1.2) Main CPV code
90922000
II.1.3) Type of contract
Services
II.1.4) Short description
Construction and Procurement Delivery (CPD), on behalf of the Police Service of Northern Ireland (hereafter referred to as the client) is seeking to establish a contract for the provision of pest control services at locations throughout Northern Ireland. The works comprise two categories: the first category is for the routine works which will be priced on an all-inclusive annual basis. To provide an all-inclusive pest control service for the control of vermin and crawling insects. Included but separately identified will be the maintenance of flying insect machines. This will be referred to as the regular service. The smaller reactive element will on a job by job basis to provide for dealing with ad hoc infestations of feral cats, birds and other casual and/or seasonal intruders (i.e. wasps, etc). This will be referred to as the reactive call-out service.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
258 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
90922000
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
Various locations in Northern Ireland as detailed in the tender documentation.
II.2.4) Description of the procurement
Construction and Procurement Delivery (CPD), on behalf of the Police Service of Northern Ireland (hereafter referred to as the client) is seeking to establish a contract for the provision of pest control services at locations throughout Northern Ireland. The works comprise two categories: the first category is for the routine works which will be priced on an all-inclusive annual basis. To provide an all-inclusive pest control service for the control of vermin and crawling insects. Included but separately identified will be the maintenance of flying insect machines. This will be referred to as the regular service. The smaller reactive element will on a job by job basis to provide for dealing with ad hoc infestations of feral cats, birds and other casual and/or seasonal intruders (i.e. wasps, etc). This will be referred to as the reactive call-out service.
II.2.5) Award criteria
Quality criterion: Contract management
/ Weighting: 15
Quality criterion: Organisation and coordination of regular and reactive services and submissions of claims
/ Weighting: 15
Price
/ Weighting:
70
II.2.11) Information about options
Options:
Yes
Description of options:
3 year initial period + 2 x 1 year extension options.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 233-532560
Section V: Award of contract
Contract No: 1
Title: PSNI Provision of Pest Control Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
26/03/2019
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Withheld for Security Reasons — Information made available to Commission upon request
C/o Construction and Procurement Delivery, 303 Airport Road
Belfast
BT3 9ED
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 258 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The successful contractor’s performance on this contract will be managed as per specification and regularly monitored (see Procurement Guidance Note 01/12 Contract Management: https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF). 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 construction and procurement delivery 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.
VI.4) Procedures for review
VI.4.1) Review body
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
UK
VI.4.2) Body responsible for mediation procedures
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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.
VI.4.4) Service from which information about the review procedure may be obtained
See VI.4.3 / Review procedure
See VI.4.3 / Review procedure
UK
VI.5) Date of dispatch of this notice
15/04/2019