Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland
Police Headquarters, Brooklyn, 65 Knock Road
BELFAST
BT5 6LE
Contact
ssdadmin.cpdfinance-ni.gov.uk
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
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
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 5627458 - DoJ - PSNI - Autodesk Support
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Police Service of Northern Ireland (PSNI) is the Police Service that serves Northern Ireland and is responsible for the prevention and investigation of crime in Northern Ireland. Autodesk is a software application which is used within PSNI to provide maps and drawings to Operational Officers, used specifically by Mapping Section; Estate Services Business Unit; and ICS Work Services and s also used in order to view mapping supplied by external partners. This contract is for the Provision of Autodesk Licence Subscriptions including Support Training and renewal of existing subscriptions for a number of Autodesk applications. In particular it is for the full or partial renewal of subscriptions for a period of five years. The current subscriptions will expire on 25th May 2025. Therefore the contract for the renewal of existing subscriptions will commence on 26th May 2025 for a period of five years. For further details regarding the requirement, please refer to document entitled “ID 5627458 – Specification”.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48320000 - Drawing and imaging software package
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48000000 - Software package and information systems
- 72212321 - Computer-aided design (CAD) software development services
- 72200000 - Software programming and consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) is the Police Service that serves Northern Ireland and is responsible for the prevention and investigation of crime in Northern Ireland. Autodesk is a software application which is used within PSNI to provide maps and drawings to Operational Officers, used specifically by Mapping Section; Estate Services Business Unit; and ICS Work Services and s also used in order to view mapping supplied by external partners. This contract is for the Provision of Autodesk Licence Subscriptions including Support Training and renewal of existing subscriptions for a number of Autodesk applications. In particular it is for the full or partial renewal of subscriptions for a period of five years. The current subscriptions will expire on 25th May 2025. Therefore the contract for the renewal of existing subscriptions will commence on 26th May 2025 for a period of five years. For further details regarding the requirement, please refer to document entitled “ID 5627458 – Specification”.
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: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This Contract is for a period of 5 years and will potentially be due to be re-procured after this contract
period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
17 March 2025
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
Tender must be valid until: 15 June 2025
four.2.7) Conditions for opening of tenders
Date
17 March 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This contract will potentially be due to be re-procured after the initial contract period.
six.3) Additional information
Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.