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: 006387/S 000-2026
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid

UKPGA UK4: Tender Notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Police Service of Northern Ireland (PSNI)
National registration number: PJGZ-5912-BTWQ

Postal address: 65 Knock Rd
Town: Belfast
Postal code: BT5 6LD
Country: United Kingdom

Email: Justice.CPD@finance-ni.gov.uk

Internet address

I.3) Communication
Tenders or requests to participate must be submitted
Electronically
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

I.4) Type of the contracting authority
Public authority – central government

Procuring Entity
CPD – Supplies & Service Division
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.
Postal address: 303 Airport Road West
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom

Email: Justice.CPD@finance-ni.gov.uk

II) Object
II.1.1) Title
ID 6025438 – PSNI – Corporate Events Management Service
Reference number: ID 6025438

II.1.3) Type of contract
Services
Special regime
LightTouch

II.1.4) Short description
The Police Service of Northern Ireland (PSNI) requires a Supplier to provide Event Management Services. PSNI hosts a number of events – sometimes annual events. For example, Highly Commended Awards, and others on an ad hoc basis – at various locations across Northern Ireland, at venues within and outside the Police estate. Previously events have been held at Newforge Country Club, Police College, Garnerville, Riddell Hall, Belfast and sometimes hotels and conference facilities across Northern Ireland.

II.1.7) Total value of the procurement
Value (including VAT)
674,400
Value (excluding VAT)
562,000
Currency
GBP

II.2) Description
II.2.1) Title
Contract/Lot No
1

II.2.2) CPV codes
Main CPV codes
79950000
79951000
79952000
79956000

II.2.3) Place of performance
NUTS code
UKN0 – Northern Ireland

II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: AC1 Methodology and Resource Management
Weighting: Weighting 24.05%.
As per tender documentation.

Quality
Name: AC2 Contract Manager Experience
Weighting: Weighting 16.25%.
As per tender documentation.

Quality
Name: AC3 Contract Management
Weighting: Weighting 9.1%.
As per tender documentation.

Quality
Name: AC4 Contingency Plans to Maintain Continuity of Service
Weighting: Weighting 5.2%.
As per tender documentation.

Quality
Name: AC5 Social Value
Weighting: Weighting 10.4%.
As per tender documentation.

Price
Name: AC6 Price – Scenario One
Weighting: Weighting 21%.
As per tender documentation.

II.2.6) Estimated Value
Value (excluding VAT)
562,000
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-05-11 00:00
End
2031-05-10 23:59
Duration
5 years

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
Particular suitability
Small and medium-sized enterprises (SME)

III.1.3) Technical and professional ability
Additional technical selection criteria
As per Tender documentation.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
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

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure

IV.1.6) Information about electronic auction
An electronic auction will be used

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement
Yes

IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2026-02-10 15:00
Estimated award decision date
2026-04-27 23:59

IV.2.2) Tender submission deadline
2026-02-20 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted
English

VI) Complementary information
Link to source/bidding documents

Conflicts assessment prepared/revised
Yes
Risk details
If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become ‘excluded’ or ‘excludable’ as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded.
Insert appropriate reservations of rights and disclaimers of liability here consider – e.g.
The Contracting Authority expressly reserves the rights:
(I). not to award any contract as a result of the procurement process commenced by publication of this notice;
(II). to make whatever changes it may see fit to the content and structure of the tendering Competition;
(III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and
(IV). to award contract(s) in stages.
and in no circumstances will the Authority be liable for any costs incurred by candidates.

VI.5) Date of dispatch of this notice
2026-01-23 17:40

RELATED ARTICLES

January 23, 2026

PREVENTATION & PROTECTION CASE MANAGEMENT/WORKFLOW SOLUTION

Type of document: Contract Notice Country: United Kingdom Publication Ref: 005994/S 000-2026 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type

January 23, 2026

Trust Security Provision

Type of document: Contract Notice Country: United Kingdom 1. Title: TRUST SECURITY PROVISION 2. Awarding Authority: Greater Manchester Mental Health NHS Foundation Trust,