PSNI Property Management Services Contract 2026

Open

Buyers

Value

£34,700,000

Classifications

  • Property management services of real estate on a fee or contract basis
  • Construction project management services
  • Architectural design services
  • Building surveying services

Tags

  • tender

Submission Deadline

2 days from now

Published

1 month ago

Description

The Contracting Authority intends to appoint a single Supplier for the provision of Property Management Services to support the Police Service of Northern Ireland (PSNI) maintain and develop its estate, executed under an NEC4 Framework Contract. The Supplier will be responsible for ensuring the estate remains safe, secure, compliant, and supporting estate modernisation and transformation in line with the PSNI Estate Strategy. Services must be delivered with the flexibility to meet urgent operational requirements, minimising disruption to core policing functions.
This Framework Contract is designed to provide a compliant and flexible mechanism for the delivery of estate management services and project based works in alignment with PSNI’s strategic and operational needs.
The Framework Contract is structured into two distinct service areas (Part A and Part B), with call-offs issued under the NEC4 suite of contracts.
Part A Property Management Services:
These services will be delivered under the NEC4 Professional Services Contract over a period of 4 years and 3 months. A break clause will be available at 3 years and 3 months, exercisable at the sole discretion of the Contracting Authority.
Part B Project Delivery Services:
These services will cover the delivery of projects including (but not limited to) demolition, upgrade, refurbishment, and new build works. Project requirements will vary in scale (Micro, Minor, and Major projects) with values ranging from £10,000 up to the applicable UK Public Procurement Threshold. Services may include project management and/or full Integrated Consultancy Team (ICT) services, depending on project complexity. These call-offs will be commissioned on an ad hoc basis and delivered under either the NEC4 Professional Services Contract (PSC) or the NEC4 Professional Services Short Contract (PSSC).
The NEC4 Framework Contract will be established for a duration of 4 years from the Contract Start Date, with a discretionary break clause at the end of Year 3.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Neville Hill WOSA Phase 3

Phase 3 aims to facilitate a modern male locker room space with adequate shower facilities, and modern standard mess room facilities for use by all staff. Northern Trains Ltd, is a Train Operating Company (TOC) that operates passenger rail services in the north of England. Northern Trains Ltd is publishing this notice to establish a contract with a single supplier to carry out WOSA Phase 3 at Neville Hill Depot. The nature of the arrangement is that services will be supplied under a JCT Design & Build contract (with NTL Standard Amendments). Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body.  The list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts. Novation or Assignment The contract may be novated or assigned by Northern Trains Ltd to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.  Other Information Northern Trains Limited expressly reserves the right: not to award any suppliers the contract referred to in this notice; and in no circumstances will the customer be liable for any costs incurred by the suppliers. To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/A74W82NPX4 For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-George-Stephenson-House---York:-Construction-work./A74W82NPX4 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/A74W82NPX4

Katy Reed

Published 9 hours ago
Open

Asset Management and Professional Support Services Framework

This procurement relates to the establishment of a framework for the provision of asset management and professional consultancy services across the property and housing sector. The framework is designed to support Sanctuary Housing and other public sector bodies in accessing high-quality consultancy services to deliver their asset management, compliance, and property development programmes. The framework will offer services nationally, with an estimated value of £40,000,000 exc VAT (£48,000,000 inc VAT) over it's four year term. The framework is a single lot covering Consultancy Services, covering services such as project management, business process re-engineering and service improvement, options appraisals, partnering advisers, procurement services, transformation services, BSA duty holder services, health and safety consultancy, and related disciplines. The framework will be accessible nationally and will allow for both direct award and further competition under the Open Procedure, in accordance with the Procurement Act 2023 and associated Regulations and will be open to all UK public sector bodies (and others as detailed in the procurement documents) to access via an Access Agreement between Sanctuary, the Supplier and Pretium Frameworks Ltd, who Sanctuary has appointed to administer the framework on their behalf. Full details of the scope and requirements of the framework and the procurement process, including how to tender are included within the procurement and tender documents. Sanctuary anticipate appointing ten suppliers to each the framework, but reserve the right to increase this number at their discretion. The Contracting Authority reserves the right to cancel the procurement and not to proceed with all or any part of the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or Tendering for this Framework. The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. it should be noted that neither Devonshires, Pretium or Echelon shall be responsible for any changes made to the documents without the approval or engagement of the authors of the relevant documents at or prior to call off stage. The framework will be open to but not limited to any "Authorised User", which is defined as follows: Authorised User” means any of the following: (i) any entity within the same group of companies as Sanctuary from time to time (a “Sanctuary Member”); (ii) any entity or joint venture company that Sanctuary or any other Sanctuary Member holds an interest in from time to time (a “Sanctuary JV”); (iii) any Social Housing Provider in the United Kingdom (excluding Sanctuary, Sanctuary Members and Sanctuary JVs); (iv) any national, regional or local health authority, including NHS Trusts and Primary Care Trusts; (v) any educational establishment, including but not limited to primary and secondary schools, further and higher education institutions, academies and free schools; (vi) any other “contracting authority” in the UK as defined in the Procurement Act 2023; and (vii) any supply chain member of Sanctuary or of any of the above organisations; and, in the case of the organisations listed in limbs (iii), (iv), (v), (vi) and (vii) above, who has entered into an Access Agreement with Sanctuary;

Katy Reed

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete