Property Management Services for Police Service of Northern Ireland
The service provider is required to deliver the client’s estate management strategy for the continued development of the PSNI’s buildings and facilities.
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
PO Box 401
Belfast
BT1 2AD
United Kingdom
Contact person: Procurement Operations Branch
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2138641
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PSNI:2138641 — Property Management Services for Police Service of Northern Ireland
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There will be the option for 2 further 1 year extensions to the contract at the sole discretion of the Contracting Authority.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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
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.
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
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.
Refer to the ITEO, IPD documents.
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.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
ETendersNI electronic tendering system.
Authorised users within CPD Procurement Operations Branch (POB) — Department of Finance (DoF) Northern Ireland.
Section VI: Complementary information
VI.1)Information about recurrence
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.4.1)Review body
303 Airport Road
Belfast
BT3 9ED
United Kingdom
VI.4.3)Review procedure
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: