Tender

PSNI - Security and Operational Support Services

  • Police Service of Northern Ireland

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2024/S 000-030172

Procurement identifier (OCID): ocds-h6vhtk-049c9e

Published 20 September 2024, 12:50pm



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

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://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..