Department of Justice Secure Courier Contract
The Department of Justice intends to establish a contract for the Provision of Secure Courier Services to the DoJ, its agencies and NDPBs.
United Kingdom-Belfast: Courier services
2019/S 120-294241
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
C/O 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DoJ – Secure Courier
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Department of Justice (DoJ) intends to establish a contract for the Provision of Secure Courier Services to the DoJ, its agencies and NDPBs. The scope of the Secure Courier contract is intended to cover the collection, sorting and delivery of a range of consignments on an advanced or ad hoc basis to various locations. These consignments will be collected and delivered under specific service classes – Next Day, Same Day, UK or International, and Tracked. The consignments shall include all sizes of envelopes, reports, parcels, boxes and crates. This list is not exhaustive. There is also a requirement to transport items containing, tissue and biological samples.
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 Department of Justice (DoJ) intends to establish a contract for the Provision of Secure Courier Services to the DoJ, its agencies and NDPBs. The scope of the Secure Courier contract is intended to cover the collection, sorting and delivery of a range of consignments on an advanced or ad hoc basis to various locations. These consignments will be collected and delivered under specific service classes – Next Day, Same Day, UK or International, and Tracked. The consignments shall include all sizes of envelopes, reports, parcels, boxes and crates. This list is not exhaustive. There is also a requirement to transport items containing, tissue and biological samples.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be for a period of 3 years with an option to extend for 2 periods of 12 months (5 years in total).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
Only CPD Procurement Staff with access to the project on eTendersNI
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
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 Unsatisfactory Performance and the contract may be terminated. The issue of a 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 three 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: