Courier Service Tender Northern Ireland
The Northern Ireland Council for the Curriculum, Examinations and Assessment (the client) advises the Education Minister on what is to be taught in Northern Ireland schools and on the examination and assessment arrangements for pupils.
United Kingdom-Belfast: Courier services
2018/S 221-505922
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
29 Clarendon Road, Clarendon Dock
Belfast
BT1 3BG
United Kingdom
E-mail: SSDAdmin.CPD@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
ID 1558264 — Provision of Courier Service for CCEA
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Northern Ireland Council for the Curriculum, Examinations and Assessment (the client) advises the Education Minister on what is to be taught in Northern Ireland schools and on the examination and assessment arrangements for pupils. The client also conducts pupil assessment at the end of key stages 1, 2 and 3. As well as the above, the client ensures that the qualifications and examinations offered by awarding bodies in Northern Ireland are of an appropriate quality and standard. The client has been responsible for providing Northern Ireland GCSE and GCE A/AS and its predecessor examinations since 1970. In excess of 650 examination papers are offered to candidates in a variety of subjects annually. The client requires a competent Contractor for the provision of courier services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Northern Ireland Council for the Curriculum, Examinations and Assessment (the client) advises the Education Minister on what is to be taught in Northern Ireland schools and on the examination and assessment arrangements for pupils. The client also conducts pupil assessment at the end of key stages 1, 2 and 3. As well as the above, the client ensures that the qualifications and examinations offered by awarding bodies in Northern Ireland are of an appropriate quality and standard. The client has been responsible for providing Northern Ireland GCSE and GCE A/AS and its predecessor examinations since 1970. In excess of 650 examination papers are offered to candidates in a variety of subjects annually. The client requires a competent Contractor for the provision of courier services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid for this competition..
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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 Delivery Procurement (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.
VI.4.1)Review body
Belfast
United Kingdom
VI.4.3)Review procedure
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 contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: