Contract

PSNI - Security and Operational Support Services

  • Police Service of Northern Ireland PSNI

F03: Contract award notice

Notice identifier: 2024/S 000-041595

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

Published 30 December 2024, 12:58pm



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.cpdfinance-ni.gov.uk

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

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

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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £202,000,000

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.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial period of 3 years. There are 3 optional extension periods of up to 24 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 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 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: 2024/S 000-030172

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


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

30 December 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

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: 4

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

five.2.3) Name and address of the contractor

"Supplier name 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

No

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

Initial estimated total value of the contract/lot: £210,000,000

Total value of the contract/lot: £202,000,000


Section six. Complementary information

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

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e a minimum of 10 calendar days) at the point information on the award of the contract. was communicated to tenderers.