Tender

ID 5627458 - DoJ - PSNI - Autodesk Support

  • Police Service of Northern Ireland

F02: Contract notice

Notice identifier: 2025/S 000-004577

Procurement identifier (OCID): ocds-h6vhtk-04ddc5

Published 11 February 2025, 2:24pm



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

Email

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.