Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland
c/o CPD, Clare House, 303 Airport Road West
Belfast
BT3 9ED
Contact
Justice Sector
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/eppsepps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/eppsepps
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PSNI - Provision of Laundry Services for Custody Suites
Reference number
ID 5139843
two.1.2) Main CPV code
- 98311000 - Laundry-collection services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 - Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Lot 1 - Belfast Area
Lot No
1
two.2.2) Additional CPV code(s)
- 98311000 - Laundry-collection services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Belfast
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 - Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £252,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further period of up to 24 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The figure indicated in Section II 1.5 and Section II .2.6 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the PSNI can provide any guarantee as to the level of business under this contract. The successful Suppliers performance on the contract will be regularly monitored. Suppliers 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 the contract may be terminated.
two.2) Description
two.2.1) Title
Lot 2 - South Area
Lot No
2
two.2.2) Additional CPV code(s)
- 98311000 - Laundry-collection services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 - Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £126,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional extension period of up to 24 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The figure indicated in Section II 1.5 and Section II .2.6 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the PSNI can provide any guarantee as to the level of business under this contract. The successful Suppliers performance on the contract will be regularly monitored. Suppliers 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 the contract may be terminated.
two.2) Description
two.2.1) Title
Lot 3 - North Area
Lot No
3
two.2.2) Additional CPV code(s)
- 98311000 - Laundry-collection services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 - Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £156,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional extension period of up to 24 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The figure indicated in Section II 1.5 and Section II .2.6 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the PSNI can provide any guarantee as to the level of business under this contract. The successful Suppliers performance on the contract will be regularly monitored. Suppliers 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 the contract may be terminated.
two.2) Description
two.2.1) Title
Lot 4 - Derry City and Strabane
Lot No
4
two.2.2) Additional CPV code(s)
- 98311000 - Laundry-collection services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 - Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £66,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional extension period of up to 24 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The figure indicated in Section II 1.5 and Section II .2.6 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the PSNI can provide any guarantee as to the level of business under this contract. The successful Suppliers performance on the contract will be regularly monitored. Suppliers 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 the contract may be terminated.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 April 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 5 October 2024
four.2.7) Conditions for opening of tenders
Date
8 April 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The successful Supplier's performance on the contract will be regularly monitored. Suppliers 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 the contract may be terminated. The Authority expressly reserves the rights not to award any contract as a result of the procurement process commenced by publication of this notice.
six.4) Procedures for review
six.4.1) Review body
any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.
six.4.4) Service from which information about the review procedure may be obtained
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
Country
United Kingdom