Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland PSNI
c/o CPD, Clare House, 303 Airport Road West
Belfast
BT3 9ED
Contact
Justice Sector
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.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
ID 5001850 - PSNI - Supply and Delivery 3x Electronic Total Stations and Ancillary Equipment
Reference number
ID 5001850
two.1.2) Main CPV code
- 38296000 - Surveying instruments
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Police Service of Northern Ireland (PSNI) require a Contract to be established for the supply and delivery of 3x Electronic Total Stations and ancillary equipment. The Contractor will also be required to provide product support and maintenance. The equipment must be delivered to PSNI on or before 24 March 2024. Please refer to the Specification document for full details of the requirements.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £129,000
two.2) Description
two.2.2) Additional CPV code(s)
- 38300000 - Measuring instruments
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) require a Contract to be established for the supply and delivery of 3x Electronic Total Stations and ancillary equipment. The Contractor will also be required to provide product support and maintenance. The equipment must be delivered to PSNI on or before 24 March 2024. Please refer to the Specification document for full details of the requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The initial contract will remain in place for 24 months from the date of delivery and commencement of warranty, with the option to extend for three 3 further one 1 year periods to cover servicing, support and maintenance.
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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-032261
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 February 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
"Withheld for Security Reasons"
"Withheld for Security Reasons"
"Withheld for Security Reasons"
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £155,000
Total value of the contract/lot: £129,000
Section six. Complementary information
six.3) Additional information
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 CPD for further action. If this occurs and their. performance still does not improve to satisfactory levels within the specified period, it may. be regarded as an act of grave professional misconduct and they may be issued with a. Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of. a Certificate of Unsatisfactory Performance will result in the contractor being excluded from. all procurement competitions being undertaken by Centres of Procurement Expertise on. behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Belfast
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
Country
United Kingdom