Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PSNI:2138641 — Property Management Services for Police Service of Northern Ireland

  • First published: 02 April 2019
  • Last modified: 02 April 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Northern Ireland Policing Board
Authority ID:
AA54852
Publication date:
02 April 2019
Deadline date:
14 June 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The service provider is required to deliver the client's estate management strategy for the continued development of the PSNI's buildings and facilities under the following service areas: security, health and safety, audit, financial control and management, contracts management, help desk, property management, maintenance, micro works, projects, energy and utilities management, completion and settlement and variable services. The contract will be awarded on the basis of best price quality ratio and use the narrow average, price scoring mechanism.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northern Ireland Policing Board

PO Box 401

Belfast

BT1 2AD

UK

Contact person: Procurement Operations Branch

Telephone: +44 2890816555

E-mail: construct.info@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2138641

Address of the buyer profile: https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2138641

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2138641


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2138641


Tenders or requests to participate must be sent to the abovementioned address


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:

https://etendersni.gov.uk/epps


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PSNI:2138641 — Property Management Services for Police Service of Northern Ireland

II.1.2) Main CPV code

70330000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The service provider is required to deliver the client's estate management strategy for the continued development of the PSNI's buildings and facilities under the following service areas: security, health and safety, audit, financial control and management, contracts management, help desk, property management, maintenance, micro works, projects, energy and utilities management, completion and settlement and variable services. The contract will be awarded on the basis of best price quality ratio and use the narrow average, price scoring mechanism.

II.1.5) Estimated total value

Value excluding VAT: 16 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

70332200

71541000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The service provider is required to deliver the client's estate management strategy for the continued development of the PSNI's buildings and facilities under the following service areas: security, health and safety, audit, financial control and management, contracts management, help desk, property management, maintenance, micro works, projects, energy and utilities management, completion and settlement and variable services. The contract will be awarded on the basis of best price quality ratio and use the narrow average, price scoring mechanism.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 16 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

There will be the option for 2 further 1 year extensions to the contract at the sole discretion of the Contracting Authority.

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: 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

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 operators team must hold the qualifications and professional membership(s) as set out in the scope at Schedule 2.1-T staff competency matrix key persons.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Contractors/consultants are required to have registered status on Constructionline or complete Form TPMSS1A. Suppliers should have the minimum category value of (3 300 000,00 GBP) in at least 1 of the Constructionline categories specified below.

Project management — APM, RICS — Project Management — 71541000-2.

General practice surveying — RICS — Building estate management — 70330000-3.

If the economic operator is a group of economic operators, then the lead enterprise for the group must have a minimum category value of at least 40 % — [1 320 000,00 GBP] and the sum of each member’s category values must be equal to or greater than the category value set out above.


Minimum level(s) of standards required:

Public liability insurance [10 000 000 GBP].

Employer’s Liability Insurance [10 000 000 GBP].

Professional indemnity insurance [5 000 000,00 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 economic operator's experience — this will be assessed as part of the minimum standards and quality criteria of the online Call for Tender (CfT) questionnaire on the eTendersNI portal.


Minimum level(s) of standards required:

Refer to the ITEO, IPD documents.

III.2) Conditions related to the contract

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: https://www.financeni... gov.uk/.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 procurements, 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 https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public- procurement-policy-applies

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 035-078740

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/06/2019

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 tenderer must maintain the tender

Tender must be valid until: 12/09/2019

IV.2.7) Conditions for opening of tenders

Date: 14/06/2019

Local time: 15:30

Place:

ETendersNI electronic tendering system.

Information about authorised persons and opening procedure:

Authorised users within CPD Procurement Operations Branch (POB) — Department of Finance (DoF) Northern Ireland.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 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 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

Department of Finance, Construction and Procurement Delivery CPD

303 Airport Road

Belfast

BT3 9ED

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.

VI.5) Date of dispatch of this notice

26/03/2019

Coding

Commodity categories

ID Title Parent category
70332200 Commercial property management services Non-residential property services
71541000 Construction project management services Construction management services
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
construct.info@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.