Security Services -Northern Ireland Courts and Tribunals Service
The Northern Ireland Courts and Tribunals Service require Security and Ancillary Services across the NICTS estate.
United Kingdom-Belfast: Investigation and security services
2016/S 180-322895
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
Contact person: Justice Sector
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DOJ — NICTS — security and ancillary services 2017.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Northern Ireland Courts and Tribunals Service (NICTS) require Security and Ancillary Services across the NICTS estate. The NICTS estate currently comprises 24 locations made up of courthouses and administrative locations throughout Northern Ireland.
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 Courts and Tribunals Service (NICTS) require Security and Ancillary Services across the NICTS estate. The NICTS estate currently comprises 24 locations made up of courthouses and administrative locations throughout Northern Ireland.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is anticipated this contract will be retendered at the end of the initial contract period or the optional extensions.
II.2.10)Information about variants
II.2.11)Information about options
Two 24 month periods commencing from the termination date of the original Contract Period.
II.2.13)Information about European Union funds
II.2.14)Additional information
The figure indicated in II.1.5 represents the upper limit of an estimated contract value which ranges from 25 000 000 GBP to 30 000 000 GBP. This range reflects the potential scale of the contract and takes into account such changes to the scope/and or scale which may result from future operational requirements.
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.4.1)Review body
Belfast
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Manned Security Tender – University of South Wales
Security Services Contract East of England
Public Space CCTV Monitoring Tender Blackburn
South Tyneside Council Locksmith Services Contract