Opportunity

PSNI - Provision of Laundry Services for Custody Suites

  • Police Service of Northern Ireland

F02: Contract notice

Notice reference: 2024/S 000-006865

Published 4 March 2024, 2:52pm



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

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.psni.police.uk

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