CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-006865/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Police Service of Northern Ireland
Postal address: c/o CPD, Clare House, 303 Airport Road West
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom
Contact Person: Justice Sector
Email: justice.cpd@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
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:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PSNI – Provision of Laundry Services for Custody Suites

Reference number: ID 5139843
II.1.2) Main CPV code: 98311000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 – Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
II.1.5) Estimated total value:
Value excluding VAT: 600000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:4
II.2) Description
II.2.1) Title: Lot 1 – Belfast Area

Lot No:1
II.2.2) Additional CPV code(s)
98311000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Belfast

II.2.4) Description of the procurement:
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 – Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 252000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Option to extend for a further period of up to 24 months

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: 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 Suppliers performance on the contract will be regularly monitored. Suppliers 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.

II.2.1) Title: Lot 2 – South Area

Lot No:2
II.2.2) Additional CPV code(s)
98311000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 – Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 126000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Optional extension period of up to 24 months

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: 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 Suppliers performance on the contract will be regularly monitored. Suppliers 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.

II.2.1) Title: Lot 3 – North Area

Lot No:3
II.2.2) Additional CPV code(s)
98311000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 – Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 156000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Optional extension period of up to 24 months

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: 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 Suppliers performance on the contract will be regularly monitored. Suppliers 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.

II.2.1) Title: Lot 4 – Derry City and Strabane

Lot No:4
II.2.2) Additional CPV code(s)
98311000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Police Service of Northern Ireland (PSNI) are required to comply with Code of Practice for the detention, treatment and questioning of persons by police officers “PACE, Code C, 8.3 – Blankets, mattresses, pillows and other bedding supplied shall be of a reasonable standard and in a clean and sanitary condition”. The PSNI seek to appoint Supplier/s to provide a simultaneous collection and delivery laundry service to custody suites across a number of PSNI Locations. Please refer to Schedule 2 “Specification” for more information on the service requirements.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 66000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Optional extension period of up to 24 months

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: 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 Suppliers performance on the contract will be regularly monitored. Suppliers 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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open 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: 2024-04-08 Local time: 15:00
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:2024-10-05
IV.2.7) Conditions for opening tenders
Date: 2024-04-08 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The successful Supplier’s performance on the contract will be regularly monitored. Suppliers 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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: 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.
Town: Belfast
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures
Town: Belfast
Country: United Kingdom

VI.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 contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures
Town: Belfast
Country: United Kingdom
VI.5) Date of dispatch of this notice:2024-03-04

RELATED ARTICLES

July 17, 2025

Main Tunnel-Water Ingress - Framework Agreement - Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: MAIN TUNNEL-WATER INGRESS – FRAMEWORK AGREEMENT – SHORT DEADLINE 2. Awarding Authority: Costain

July 17, 2025

Main Tunnel-Signage and Graphics - Framework Agreement - Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: MAIN TUNNEL-SIGNAGE AND GRAPHICS – FRAMEWORK AGREEMENT – SHORT DEADLINE 2. Awarding Authority: