Tender

Acoustic Warning Systems (Tannoy) for Police Vehicles

  • Police Service of Northern Ireland

F02: Contract notice

Notice identifier: 2023/S 000-003442

Procurement identifier (OCID): ocds-h6vhtk-03a2d0

Published 3 February 2023, 2:06pm



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

C/o Department of Finance - Construction and Procurement Delivery

Belfast

BT39ED

Contact

Wallace Boyd

Email

Justice.cpd@finance-ni.gov.uk

Telephone

+44 7929824832

Country

United Kingdom

Region code

UKN06 - Belfast

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.psni.police.uk

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Acoustic Warning Systems (Tannoy) for Police Vehicles

Reference number

ID 4692368

two.1.2) Main CPV code

  • 32342400 - Acoustic devices
    • FB03 - For the police force

two.1.3) Type of contract

Supplies

two.1.4) Short description

PSNI requires a contractor for the supply and delivery of acoustic warning systems to be mounted to PSNI vehicles. These systems will facilitate the provision of ad hoc and pre-recorded audio messages to be played to crowds of assembled persons engaged in potentially disorderly behaviour.

two.1.5) Estimated total value

Value excluding VAT: £60,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32342400 - Acoustic devices
    • FB03 - For the police force

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

PSNI requires a contractor for the supply and delivery of acoustic warning systems to be mounted to PSNI vehicles. These systems will facilitate the provision of ad hoc and pre-recorded audio messages to be played to crowds of assembled persons engaged in potentially disorderly behaviour.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £60,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The estimated value of this procurement is below the UK threshold and therefore the public contracts regulations (as amended) do not apply. The estimated budget is £60k excluding VAT. A notice has been published to maximise participation.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the tender documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

24 February 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 February 2023

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

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

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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