Contract

ID 5642366 - PSNI - The Provision of Maintenance Services for Fixed Wing Aircraft

  • Police Service of Northern Ireland

F03: Contract award notice

Notice identifier: 2025/S 000-012006

Procurement identifier (OCID): ocds-h6vhtk-04db4d (view related notices)

Published 31 March 2025, 1:20pm



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

PSNI Police Headquarters, 65 Knock Road

BELFAST

BT5 6LD

Contact

Justice Sector Procurement PSNI

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

Region 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.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

ID 5642366 - PSNI - The Provision of Maintenance Services for Fixed Wing Aircraft

Reference number

ID 5642366

two.1.2) Main CPV code

  • 50211100 - Aircraft maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Police Service of Northern Ireland (PSNI) Transport Services Branch (TSB) require a contract for maintenance services of fixed wing aircraft. Please see the CFT documents for further information.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,341,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 50211200 - Aircraft repair 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) Transport Services Branch (TSB) require a contract for maintenance services of fixed wing aircraft. Please see the CFT documents for further information.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 40

Cost criterion - Name: Quantitative Criteria / Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial period of 2 years. There are three optional extension periods of 12 months each.

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 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. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.


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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-003575


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Withheld for security reasons

BELFAST

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,341,000

Total value of the contract/lot: £3,341,000


Section six. Complementary information

six.3) Additional information

The contract will be for an initial period of 2 years. There are three optional extension periods of up to 12 months each. The successful Contractors performance on the contract will. be regularly monitored and subject to Key Performance Indicators. 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 the contract may be terminated. The Authority expressly reserves the right not to award any contract as a result of the procurement process commenced by the publication of this notice.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; 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