Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland PSNI ICS
Lislea Drive
BELFAST
BT9 7JG
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 electronically via
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
ID 4640496 - PSNI - Public Address and Event Support
two.1.2) Main CPV code
- 48950000 - Boat-location and public address system
two.1.3) Type of contract
Supplies
two.1.4) Short description
PSNI support approximately 60 PA systems across the Northern Ireland estate, each comprising of amplification/ processing common equipment, loudspeakers, microphone/ announcement points and in most cases, include for the provision of ‘Bomb Alarm’ and pre-recorded alert announcements. Event support shall include for attendance at approximately 15 occasions per year, primarily centred in Greater Belfast where supplied portable or existing fixed equipment shall be employed for PA sound amplification. This contract shall provide for the supply, installation and maintenance of PA equipment, and the provision of scheduled event support requiring the operation of public address amplification. Please see document entitled "ID 4640496 - Specification Schedule” for full details of the requirement.
two.1.5) Estimated total value
Value excluding VAT: £1,698,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48952000 - Public address systems
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
PSNI support approximately 60 PA systems across the Northern Ireland estate, each comprising of amplification/ processing common equipment, loudspeakers, microphone/ announcement points and in most cases, include for the provision of ‘Bomb Alarm’ and pre-recorded alert announcements. Event support shall include for attendance at approximately 15 occasions per year, primarily centred in Greater Belfast where supplied portable or existing fixed equipment shall be employed for PA sound amplification. This contract shall provide for the supply, installation and maintenance of PA equipment, and the provision of scheduled event support requiring the operation of public address amplification. Please see document entitled "ID 4640496 - Specification Schedule” for full details of the requirement.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 60
Cost criterion - Name: Quantitative Criteria / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,698,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract will be potentially be due to be re-procured after initial contract period (3 years) or following any
extension period (2 periods of 1 year each).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After the initial contract period of 3 years there will be options to extend the contract for a further two periods of 1 year each.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 May 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
Tender must be valid until: 22 August 2023
four.2.7) Conditions for opening of tenders
Date
24 May 2023
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 and/or following any extensions.
six.3) Additional information
The Contractor’s performance on this contract will be managed as per the Specification and Schedule 5 of the Commercial Conditions of Contract. 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 notice of unsatisfactory performance and this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any Contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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. The authority expressly reserves. the rights: (i) not to award any contract as a result of the procurement process. commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award (a) contract(s) in respect of any part(s) of the (services) covered by this notice; and (iv) to award contract(s) in stages and in no circumstances will the authority be liable for any costs incurred by candidates.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015 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 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.