Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland
Police Headquaters, 65 Knock Road
BELFAST
BT5 6LD
Contact
Justice Sector Procurement
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://etendersni.gov.uk/epps
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/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps
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 - Security and Operational Support Services
Reference number
ID 5033423
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police Service of Northern Ireland (PSNI) seeks to appoint a Contractor for the delivery of Security and Operational Support Services across PSNI locations. The Services to be delivered under this Contract are an integral component in the day-to-day policing of Northern Ireland. Delivery of a quality service is essential and is a critical factor in maintaining the professional image of the PSNI and enhancing public confidence. The Service Functions to be delivered under this contract are Security guarding, Close Protection Unit Drivers, CCTV Operators, Station Enquiry Assistants and Property Management. The services will commence on 7 March 2025.
two.1.5) Estimated total value
Value excluding VAT: £210,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
- 79711000 - Alarm-monitoring services
- 79714000 - Surveillance services
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) seeks to appoint a Contractor for the delivery of Security and Operational Support Services across PSNI locations. The Services to be delivered under this Contract are an integral component in the day-to-day policing of Northern Ireland. Delivery of a quality service is essential and is a critical factor in maintaining the professional image of the PSNI and enhancing public confidence. The Service Functions to be delivered under this contract are Security guarding, Close Protection Unit Drivers, CCTV Operators, Station Enquiry Assistants and Property Management. The services will commence on 7 March 2025.
two.2.6) Estimated value
Value excluding VAT: £210,000,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
36
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 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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in the tender documentation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance will be subject to the conditions specified in the contract and the successful Supplier’s performance on the contract will be regularly monitored. The contract includes Social Value Performance clauses which the Contractor which the contractor will be required to deliver.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
Evaluation model is as listed in the Instructions to Tenderers document.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 October 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
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 contract will be for an initial period of 3 years. There are 3 optional extension periods up up to 24 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 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
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
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 the contract. is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful. tenderers to challenge the award decision before the contract is entered into..