Scope
Reference
ID 5830602
Description
The Police Service of Northern Ireland (PSNI) seek to establish a Contract for the provision of catering, cleaning and ancillary services across the PSNI estate. The PSNI catering, cleaning and ancillary services contract comprises of a number of service streams to include restaurant catering, operational catering, general cleaning, forensic cleaning, vehicle cleaning and custody decontamination cleaning.
Total value (estimated)
- £73,000,000 excluding VAT
- £87,600,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 31 March 2031
- Possible extension to 30 June 2033
- 7 years
Description of possible extension:
Optional extension period comprising of up to 27 months.
Main procurement category
Services
CPV classifications
- 55500000 - Canteen and catering services
- 90910000 - Cleaning services
Justification for not using lots
The PSNI seek to drive greater cross-functionality across the various cleaning functions. Synergy exists between catering and cleaning and by combining services will optimise service delivery through a more integrated approach, reducing management and transaction costs. This will also allow for greater flexibility to better utilise Supplier resources and deliver more effective services. Call out services such as vehicle, custody and crime scene have synergy with main cleaning services and thus provide greater operational and cost effectiveness.
Participation
Legal and financial capacity conditions of participation
As per Tender documentation.
Technical ability conditions of participation
As per Tender documentation.
Submission
Enquiry deadline
8 December 2025, 3:00pm
Tender submission deadline
17 December 2025, 3:00pm
Submission address and any special instructions
Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below.
Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.
The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
16 March 2026
Recurring procurement
Publication date of next tender notice (estimated): 31 March 2032
Award criteria
| Name | Description | Type |
|---|---|---|
| AC1 Implementation and Transition of Catering and Cleaning Services | As per Tender documentation. Weighting - 9.8 |
Quality |
| AC2 Service Delivery | As per Tender documentation. Weighting - 21% |
Quality |
| AC3 Contract Management - Services | As per Tender documentation. Weighting - 14% |
Quality |
| AC4 Contract Management - Workforce Management | As per Tender documentation. Weighting - 4.9% |
Quality |
| AC5 Contract Management - Performance Monitoring and Communication | As per Tender documentation. Weighting - 4.9% |
Quality |
| AC6 Health and Safety to include Food Safety and Hygiene | As per Tender documentation. Weighting - 4.2% |
Quality |
| AC7 Social Value - Indicator 1.4 | As per Tender documentation. Weighting - 5.6% |
Quality |
| AC8 Social Value - Indicator 4.1 | As per Tender documentation. Weighting - 5.6% |
Quality |
| AC9 Price | As per Tender documentation. Weighting - 30% |
Price |
Weighting description
70% qualitative and 30% quantitative.
This competition also includes a Mandatory Requirement which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria.
Other information
Payment terms
As per Tender documentation.
Contract Value
The estimated value figure indicated in the Scope Section represents an overall 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 contracting 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. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier 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 a Supplier 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.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Police Service of Northern Ireland (PSNI)
- Public Procurement Organisation Number: PJGZ-5912-BTWQ
Seapark, 151 Belfast Road
Carrickfergus
BT38 8PL
United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
Website: https://www.psni.police.uk/
Region: UKN0F - Mid and East Antrim
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
CPD - Supplies & Services Division
Summary of their role in this procurement: Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland.
- Public Procurement Organisation Number: PVWG-8426-YWXV
Clare House, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast