CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 143-327118/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Northern Ireland Policing Board
Postal address: 31 Clarendon Road
Town: Belfast
Postal code: BT1 3BG
Country: United Kingdom
Contact Person: Construct.Infofinance-ni.gov.uk
Telephone: +44 2890816555
Email: Construct.Info@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Northern Ireland Policing Board
Postal address: 31 Clarendon Road
Town: Belfast
Postal code: BT1 3BG
Country: United Kingdom
Email: Construct.Info@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PSNI:1670989-Gates, Barriers and Roller Door Maintenance Services (Re-procurement)

Reference number: 1670989
II.1.2) Main CPV code: 45421148
II.1.3) Type of contract: Services
II.1.4) Short Description: Appointment of a single Economic Operator (Contractor) for the provision of Gates, Barriers and Roller Doors Maintenance Services across the PSNI Estate utilising an NEC3 Term Service Contract. The Economic Operator will be responsible for the provision of the following: Routine maintenance is to be carried out on the following equipment and where applicable compliance to EPPA Standards (European Perimeter Protection Association):
— Anti Ram Barrier,
— Automatic Blast Door,
— Automatic Boom Barrier,
— Automatic Pedestrian Gate,
— Automatic Vehicle Gate,
— Electric Roller Shutters,
— Hydraulic Gates,
— Main Pedestrian Gate,
— Manual Blast Door,
— Manual Boom Barrier,
— Manual Gate,
— Manual Roller Shutter.
The service shall be made available 24 hours per day and 365 days per year (including all weekends and holiday periods). The Contract will be awarded Most Economically Advantageous Tender (MEAT) using the Mean Narrow Average, Price Scoring Mechanism – refer to Draft ITT Documents.
II.1.5) Estimated total value:
Value excluding VAT: 1800000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
45421148

II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement:
Appointment of a single Economic Operator (Contractor) for the provision of Gates, Barriers and Roller Doors Maintenance Services across the PSNI Estate utilising an NEC3 Term Service Contract. The Economic Operator will be responsible for the provision of the following: Routine maintenance is to be carried out on the following equipment and where applicable compliance to EPPA Standards (European Perimeter Protection Association):
— Anti Ram Barrier,
— Automatic Blast Door,
— Automatic Boom Barrier,
— Automatic Pedestrian Gate,
— Automatic Vehicle Gate,
— Electric Roller Shutters,
— Hydraulic Gates,
— Main Pedestrian Gate,
— Manual Blast Door,
— Manual Boom Barrier,
— Manual Gate,
— Manual Roller Shutter.
The service shall be made available 24 hours per day and 365 days per year (including all weekends and holiday periods). The Contract will be awarded Most Economically Advantageous Tender (MEAT) using the Mean Narrow Average, Price Scoring Mechanism – refer to Draft ITT Documents.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 1800000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:The contract will be for a period of 5 years with break clauses at the end of years 3 and 4 which may be exercised at the Contracting Authority’s discretion.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As outlined in the PQQ documentation. Where there is a tie for 5th place, then all Economic Operators in 5th place will be invited to tender. For the purposes of this exercise a tie for 5th place is deemed to occur where 2 or more Economic Operators have identical scores or a score within 1 marks (out of a score of 100) of the 5th place score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Form of contract: NEC3 April 2013 Term Service Contract Option A between the Employer and the Contractor.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:In order for an Economic Operator to be eligible to participate in this procurement the Economic Operator must be a member of the Door and Hardware Federation or equivalent.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Contractors/Consultants are required to be registered and have verified status on Construction line. Suppliers should have the minimum category value (360 000 GBP) in at least one of the Construction line Categories specified:. Equipment:. Gates and Barriers Installation and Maintenance:45421148-3. Should an Economic. Operator wish the Contracting Authority to consider a Work Category not listed it shall make its request as instructed in MoI-Section 5. before the PQQP Submission Deadline for queries.
Minimum level(s) of standards possibly required: In the case of a Group of Economic Operators or Other Entity members only – Each member must have a minimum Category Value of 144 000 GBP and the sum of their Category Values must be equal to or greater than the value set out above. In order for an Economic Operator to be eligible to participate in this competition the Economic Operator Team must hold valid insurance to all the. applicable values:
Public Liability Insurance [10 000 000 GBP].
Employer’s Liability Insurance [10 000 000 GBP].
III.1.3) Technical and professional ability:
List and brief description of selection criteria: The Work Category is not intended to be used to determine the relevance of the Contractor’s/Consultant’s experience – this will be assessed as part of the contract specific questions below in PQQ1, Section D of the online CfT Questionnaire on the eTendersNI portal.

Minimum level(s) of standards possibly required:Refer to MoI Evaluation Matrix and PQQ1for assessment indicators.

III.2.2) Contract performance conditions: The economic operators’ performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures:. publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. If an Economic Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider an Economic Operator’s exclusion from future procurement, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to NIPP can be viewed at:

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-08-28 Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2018-10-01
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2018-11-26

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
CPD, in its capacity as a Central Purchasing Body, is administering this procurement on behalf of the Contracting Authority. The Contracting Authority expressly reserves the right:
i) to award one, some, all or no Lots;
ii) not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and
iii) to make whatever changes it may see fit to the content and structure of the tendering competition, and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this procurement process. This project will be used to progress the Government’s wider social, economic and environmental objectives. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that they fully understand and accept this position.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Department of Finance, Central Procurement Directorate Procurement Operations Branch
Town: Belfast
Country: United Kingdom
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.uk

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months, where the court considers that there is a good reason for doing so).

VI.5) Date of dispatch of this notice:2018-07-24

RELATED ARTICLES

June 17, 2025

PME for DEMS - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: PME for DEMS 2. Awarding Authority: Home Office 2 Marsham Street London England SW1P 4DF Contact: John McBlain Email: john.mcblain@homeoffice.gov.uk Phone:

June 17, 2025

Emergency Response and Medical Treatment Service - Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: EMERGENCY RESPONSE AND MEDICAL TREATMENT SERVICE – SHORT DEADLINE 2. Awarding Authority: Sizewell