Tender

PSNI - 6035992 - PSNI Multi Trade Maintenance Services

NORTHERN IRELAND POLICING BOARD

This public procurement record has 3 releases in its history.

TenderUpdate

21 Aug 2025 at 08:10

TenderUpdate

04 Aug 2025 at 08:00

Tender

11 Jul 2025 at 15:20

Summary of the contracting process

The Northern Ireland Policing Board is seeking to appoint three suppliers for the provision of Multi Trade Maintenance Services within the PSNI Estate, with a focus on building, mechanical, and electrical maintenance under an NEC4 Term Service Contract. This procurement, valued at approximately £70 million, falls under the services category and involves a selective competitive flexible procedure. Located in Belfast, Northern Ireland, the process is currently in the tender participation stage, allowing suppliers to express interest by 26th August 2025. The evaluations will culminate in award decisions by 30th January 2026, with contract services starting on 1st April 2026 and potentially extending into 2033.

This tender presents significant opportunities for businesses involved in building, mechanical, and electrical maintenance, offering a robust platform for growth in the public sector. With the requirement to service approximately 54 properties across three independently tendered lots, enterprises with expertise in preventative and reactive maintenance would be well-suited to compete. Moreover, the contract's flexibility to accommodate budget increases and potential expansions allows for scalability, providing an advantageous environment for capable suppliers to demonstrate their competitiveness and contribute to the reliable upkeep of essential public safety infrastructure.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PSNI - 6035992 - PSNI Multi Trade Maintenance Services

Notice Description

The contract is for the provision of Multi Trade Maintenance Services within the PSNI Estate. The Authority is looking to appoint three Suppliers for the provision of Multi Trade (Building, Mechanical and Electrical) Planned Preventative Maintenance and Reactive Maintenance Service across the PSNI Estate utilising an NEC4 Term Service Contract. The Project will be divided into three Lots. The number of potential properties at which works and services may be required in each Lot area is approximately 54. A full list of active properties will be provided at tender stage.

Lot Information

PSNI Multi Trade Maintenance Services Lot 1

Lot 1 - The contract is for the provision of Multi Trade Maintenance Services within the PSNI Estate. The Authority is looking to appoint three Suppliers for the provision of Multi Trade (Building, Mechanical and Electrical) Planned Preventative Maintenance and Reactive Maintenance Service across the PSNI Estate utilising an NEC4 Term Service Contract. The Project will be divided into three Lots. The number of potential properties at which works and services may be required in each Lot area is approximately 54. A full list of active properties will be provided at tender stage

Renewal: The Contract will be for an initial three year period with the possibility of 2 x two year extensions that will be at the Client's discretion. This requirement will be notified to the Supplier prior to the expiry date of the 3-year fixed duration. The option to extend the Contract period by each additional year beyond the first extension will be notified to the Supplier prior to the expiry of the optional extension period.

PSNI Multi Trade Maintenance Services Lot 2

Lot 2 - The contract is for the provision of Multi Trade Maintenance Services within the PSNI Estate. The Authority is looking to appoint three Suppliers for the provision of Multi Trade (Building, Mechanical and Electrical) Planned Preventative Maintenance and Reactive Maintenance Service across the PSNI Estate utilising an NEC4 Term Service Contract. The Project will be divided into three Lots. The number of potential properties at which works and services may be required in each Lot area is approximately 54. A full list of active properties will be provided at tender stage.

Renewal: The Contract will be for an initial three year period with the possibility of 2 x two year extensions that will be at the Client's discretion. This requirement will be notified to the Supplier prior to the expiry date of the 3-year fixed duration. The option to extend the Contract period by each additional year beyond the first extension will be notified to the Supplier prior to the expiry of the optional extension period.

PSNI Multi Trade Maintenance Services Lot 3.

Lot 3 - The contract is for the provision of Multi Trade Maintenance Services within the PSNI Estate. The Authority is looking to appoint three Suppliers for the provision of Multi Trade (Building, Mechanical and Electrical) Planned Preventative Maintenance and Reactive Maintenance Service across the PSNI Estate utilising an NEC4 Term Service Contract. The Project will be divided into three Lots. The number of potential properties at which works and services may be required in each Lot area is approximately 54. A full list of active properties will be provided at tender stage.

Renewal: The Contract will be for an initial three year period with the possibility of 2 x two year extensions that will be at the Client's discretion. This requirement will be notified to the Supplier prior to the expiry date of the 3-year fixed duration. The option to extend the Contract period by each additional year beyond the first extension will be notified to the Supplier prior to the expiry of the optional extension period.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055df8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/050378-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50700000 - Repair and maintenance services of building installations

50710000 - Repair and maintenance services of electrical and mechanical building installations

50711000 - Repair and maintenance services of electrical building installations

50712000 - Repair and maintenance services of mechanical building installations

Notice Value(s)

Tender Value
£70,000,000 £10M-£100M
Lots Value
£69,999,999 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Aug 20256 months ago
Submission Deadline
26 Aug 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTHERN IRELAND POLICING BOARD
Additional Buyers

CONSTRUCTION AND PROCUREMENT DELIVERY (CPD)

Contact Name
Not specified
Contact Email
construct.info@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 3BG
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
Not specified

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-055df8-2025-08-21T09:10:33+01:00",
    "date": "2025-08-21T09:10:33+01:00",
    "ocid": "ocds-h6vhtk-055df8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJGZ-5912-BTWQ",
            "name": "Northern Ireland Policing Board",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJGZ-5912-BTWQ"
            },
            "address": {
                "streetAddress": "31 Clarendon Road",
                "locality": "Belfast",
                "postalCode": "BT1 3BG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "construct.info@Finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    },
                    {
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "id": "GB-NIR",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PBPX-2845-LQQH",
            "name": "Construction and Procurement Delivery (CPD)",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBPX-2845-LQQH"
            },
            "address": {
                "streetAddress": "Clare House 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "construct.info@Finance-ni.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "The Contracting Authority has appointed CPD as the Centre of Procurement Expertise (CoPE) to provide procurement advice and to administer this procurement competition on its behalf as a buyer."
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJGZ-5912-BTWQ",
        "name": "Northern Ireland Policing Board"
    },
    "tender": {
        "id": "6035992",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "PSNI - 6035992 - PSNI Multi Trade Maintenance Services",
        "description": "The contract is for the provision of Multi Trade Maintenance Services within the PSNI Estate. The Authority is looking to appoint three Suppliers for the provision of Multi Trade (Building, Mechanical and Electrical) Planned Preventative Maintenance and Reactive Maintenance Service across the PSNI Estate utilising an NEC4 Term Service Contract. The Project will be divided into three Lots. The number of potential properties at which works and services may be required in each Lot area is approximately 54. A full list of active properties will be provided at tender stage.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50712000",
                        "description": "Repair and maintenance services of mechanical building installations"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50712000",
                        "description": "Repair and maintenance services of mechanical building installations"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50712000",
                        "description": "Repair and maintenance services of mechanical building installations"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 84000000,
            "amount": 70000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This is Participation Stage and is to provide the Authority with sufficient information to allow Suppliers to be shortlisted to proceed to the Tender Stage. Suppliers shortlisted from the Participation Stage process may be invited to the Tender Stage. In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation. Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/home.do",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-08-26T15:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-08-26T15:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-30T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "PSNI Multi Trade Maintenance Services Lot 1",
                "description": "Lot 1 - The contract is for the provision of Multi Trade Maintenance Services within the PSNI Estate. The Authority is looking to appoint three Suppliers for the provision of Multi Trade (Building, Mechanical and Electrical) Planned Preventative Maintenance and Reactive Maintenance Service across the PSNI Estate utilising an NEC4 Term Service Contract. The Project will be divided into three Lots. The number of potential properties at which works and services may be required in each Lot area is approximately 54. A full list of active properties will be provided at tender stage",
                "status": "active",
                "value": {
                    "amountGross": 28000000,
                    "amount": 23333333.34,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2033-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial three year period with the possibility of 2 x two year extensions that will be at the Client's discretion. This requirement will be notified to the Supplier prior to the expiry date of the 3-year fixed duration. The option to extend the Contract period by each additional year beyond the first extension will be notified to the Supplier prior to the expiry of the optional extension period."
                }
            },
            {
                "id": "2",
                "title": "PSNI Multi Trade Maintenance Services Lot 2",
                "description": "Lot 2 - The contract is for the provision of Multi Trade Maintenance Services within the PSNI Estate. The Authority is looking to appoint three Suppliers for the provision of Multi Trade (Building, Mechanical and Electrical) Planned Preventative Maintenance and Reactive Maintenance Service across the PSNI Estate utilising an NEC4 Term Service Contract. The Project will be divided into three Lots. The number of potential properties at which works and services may be required in each Lot area is approximately 54. A full list of active properties will be provided at tender stage.",
                "status": "active",
                "value": {
                    "amountGross": 28000000,
                    "amount": 23333333.33,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2033-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial three year period with the possibility of 2 x two year extensions that will be at the Client's discretion. This requirement will be notified to the Supplier prior to the expiry date of the 3-year fixed duration. The option to extend the Contract period by each additional year beyond the first extension will be notified to the Supplier prior to the expiry of the optional extension period."
                }
            },
            {
                "id": "3",
                "title": "PSNI Multi Trade Maintenance Services Lot 3.",
                "description": "Lot 3 - The contract is for the provision of Multi Trade Maintenance Services within the PSNI Estate. The Authority is looking to appoint three Suppliers for the provision of Multi Trade (Building, Mechanical and Electrical) Planned Preventative Maintenance and Reactive Maintenance Service across the PSNI Estate utilising an NEC4 Term Service Contract. The Project will be divided into three Lots. The number of potential properties at which works and services may be required in each Lot area is approximately 54. A full list of active properties will be provided at tender stage.",
                "status": "active",
                "value": {
                    "amountGross": 28000000,
                    "amount": 23333333.33,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2033-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial three year period with the possibility of 2 x two year extensions that will be at the Client's discretion. This requirement will be notified to the Supplier prior to the expiry date of the 3-year fixed duration. The option to extend the Contract period by each additional year beyond the first extension will be notified to the Supplier prior to the expiry of the optional extension period."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "039404-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/039404-2025",
                "datePublished": "2025-07-11T16:20:05+01:00",
                "format": "text/html"
            },
            {
                "id": "045475-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045475-2025",
                "datePublished": "2025-08-04T09:00:45+01:00",
                "format": "text/html"
            },
            {
                "id": "050378-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050378-2025",
                "datePublished": "2025-08-21T09:10:33+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "050378-2025",
                "description": "This procurement is no longer considered as being subject to a special regime and therefore Defence/Security has been removed. The estimated contract value included in this Tender Notice has been compiled using historic maintenance data and anticipated annual budgetary allocations but may increase due to scenarios or options allowed for in the contract and known risks as outlined below. In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation. Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded. In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation. Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded."
            }
        ]
    },
    "language": "en"
}