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 - Provision of Laundry Services for Custody Suites

  • First published: 05 March 2024
  • Last modified: 05 March 2024

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:
ocds-h6vhtk-044538
Published by:
Police Service of Northern Ireland
Authority ID:
AA77169
Publication date:
05 March 2024
Deadline date:
08 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Police Service of Northern Ireland

c/o CPD, Clare House, 303 Airport Road West

Belfast

BT3 9ED

UK

Contact person: Justice Sector

E-mail: justice.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.psni.police.uk

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

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/eppsepps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/eppsepps


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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

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: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Belfast Area

II.2.2) Additional CPV code(s)

98311000

II.2.3) Place of performance

NUTS code:

UKN


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

Criteria below:

Quality criterion: Qualitative / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 252 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: 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.

Lot No: 2

II.2.1) Title

Lot 2 - South Area

II.2.2) Additional CPV code(s)

98311000

II.2.3) Place of performance

NUTS code:

UKN

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

Criteria below:

Quality criterion: Qualitative / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 126 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: 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.

Lot No: 3

II.2.1) Title

Lot 3 - North Area

II.2.2) Additional CPV code(s)

98311000

II.2.3) Place of performance

NUTS code:

UKN

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

Criteria below:

Quality criterion: Qualitative / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 156 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: 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.

Lot No: 4

II.2.1) Title

Lot 4 - Derry City and Strabane

II.2.2) Additional CPV code(s)

98311000

II.2.3) Place of performance

NUTS code:

UKN

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

Criteria below:

Quality criterion: Qualitative / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 66 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: 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


III.2) Conditions related to the contract

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

Date: 08/04/2024

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: 05/10/2024

IV.2.7) Conditions for opening of tenders

Date: 08/04/2024

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

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.

Belfast

UK

VI.4.2) Body responsible for mediation procedures

The UK does not have any such bodies with responsibility for appeal/mediation procedures

Belfast

UK

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

The UK does not have any such bodies with responsibility for appeal/mediation procedures

Belfast

UK

VI.5) Date of dispatch of this notice

04/03/2024

Coding

Commodity categories

ID Title Parent category
98311000 Laundry-collection services Washing and dry-cleaning services

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:
justice.cpd@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.