Contract

ID 5823353 - PSNI DAC 18/24 -CiFEx IBIS - Integrated Ballistic Identification System DAC

  • Police Service of Northern Ireland

F03: Contract award notice

Notice identifier: 2025/S 000-011412

Procurement identifier (OCID): ocds-h6vhtk-04dee3 (view related notices)

Published 26 March 2025, 5:38pm



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

BELFAST

BT6 9LD

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.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 5823353 - PSNI DAC 18/24 -CiFEx IBIS - Integrated Ballistic Identification System DAC

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

PSNI DAC 18/24 - CiFEx IBIS - Integrated Ballistic Identification System

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: £769,651

two.2) Description

two.2.2) Additional CPV code(s)

  • 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

PSNI DAC 18/24 - CiFEx IBIS - Integrated Ballistic Identification System

two.2.5) Award criteria

Price

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

To ensure continuity of service to the PSNI for their critical business functions, PSNI require a hardware refresh of their Integrated Ballistic Identification System. PSNI have relied on Regulation 32(2)(b)(ii) to enable PSNI to maintain its integration and accreditation with NABIS that no other organisation can provide.

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: 2025/S 000-005020


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

26 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Information withheld for security reasons

Information withheld for security reasons

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £769,651

Total value of the contract/lot: £769,651


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 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 complied with the Public Contracts Regulations 2015 (as amended). and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was. communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful. tenderers to challenge the award decision before the contract was entered into.