Publication Date: 13/11/2025

Deadline Date: 17/12/2025

Reference: TKR-20251113-FTS-33221722

Value of Contact: £ 73,000,000

Estimated Annual Value: £ 15,368,421

Type of Procedure: services contract

Nature of Procurement: Invitation to tender (contract notice)

Description:

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 https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Public authority – central government
Procuring Entity
CPD – Supplies & Services 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:
Clare House, 303 Airport Road West
Town:
Belfast
Postal code:
BT3 9ED
Country
:
United Kingdom

Email:
[email protected]

II)
Object
II.1.1) Title
ID 5830602 – PSNI – Provision of Catering, Cleaning and Ancillary Services
Reference number:
ID 5830602
II.1.3) Type of contract
Services
II.1.4) Short description
The Police Service of Northern Ireland (PSNI) seek to establish a Contract for the provision of catering, cleaning and ancillary services across the PSNI estate. The PSNI catering, cleaning and ancillary services contract comprises of a number of service streams to include restaurant catering, operational catering, general cleaning, forensic cleaning, vehicle cleaning and custody decontamination cleaning.
II.1.7) Total value of the procurement
Value (including VAT)
87,600,000
Value (excluding VAT)
73,000,000
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV codes
55500000
90910000
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name:
AC1 Implementation and Transition of Catering and Cleaning Services
Weighting:
As per Tender documentation.
Weighting – 9.8
Quality
Name:
AC2 Service Delivery
Weighting:
As per Tender documentation.
Weighting – 21%
Quality
Name:
AC3 Contract Management – Services
Weighting:
As per Tender documentation.
Weighting – 14%
Quality
Name:
AC4 Contract Management – Workforce Management
Weighting:
As per Tender documentation.
Weighting – 4.9%
Quality
Name:
AC5 Contract Management – Performance Monitoring and Communication
Weighting:
As per Tender documentation.
Weighting – 4.9%
Quality
Name:
AC6 Health and Safety to include Food Safety and Hygiene
Weighting:
As per Tender documentation.
Weighting – 4.2%
Quality
Name:
AC7 Social Value – Indicator 1.4
Weighting:
As per Tender documentation.
Weighting – 5.6%
Quality
Name:
AC8 Social Value – Indicator 4.1
Weighting:
As per Tender documentation.
Weighting – 5.6%
Price
Name:
AC9 Price
Weighting:
As per Tender documentation.
Weighting – 30%
II.2.6) Estimated Value
Value (excluding VAT)
73,000,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-07-01 00:
00
End
2031-03-31 23:
59
Duration
4 years 9 months
Possible extension
2033-06-30 23:
59
Extended duration
7 years
This contract is subject to renewal
Yes
Description of renewals
Optional extension period comprising of up to 27 months.

III)
Legal, economic, financial and technical information
III.1) Conditions for participation

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
As per Tender documentation.
Contract Value
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.1.8) 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
2025-12-08 15:
00
Estimated award decision date
2026-03-16 23:
59
IV.2.2) Tender submission deadline
2025-12-17 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
https:
//www.find-tender.service.gov.uk/Notice/073419-2025
Conflicts assessment prepared/revised
Yes
VI.1) Information about recurrence
This is a recurrent procurement
Yes
VI.5) Date of dispatch of this notice
2025-11-13 10:15

Awarding Authority:

Official name: Police Service of Northern Ireland (PSNI) Postal address: Seapark, 151 Belfast Road Town: Carrickfergus Region: UKN0F Postal code: BT38 8PL Country: United Kingdom Email: [email protected] Internet address https://www.psni.police.uk/