Tender

ID 4607764 DoJ – PSNI – ICS – Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems

  • Police Service of Northern Ireland

F02: Contract notice

Notice identifier: 2023/S 000-013613

Procurement identifier (OCID): ocds-h6vhtk-03c85d

Published 12 May 2023, 2:10pm



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

Lislea Drive

BELFAST

BT9 7JG

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 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 4607764 DoJ – PSNI – ICS – Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems

Reference number

ID 4607764

two.1.2) Main CPV code

  • 50342000 - Repair and maintenance services of audio equipment

two.1.3) Type of contract

Services

two.1.4) Short description

PSNI require a Contractor for the supply, installation, commissioning and maintenance of professional video and audio equipment. Product types, i.e. monitors, cameras and control equipment should be available ‘off-the-shelf’ from within the professional video and audio industry, offering current technology, design quality, reliability, design inter-compatibility and cost effectiveness. Compatibility for all accessories is critical for many systems, PSNI will review any products offered to ensure compatibility. All accessories must be manufacturer approved. PSNI currently support a range of media devices (i.e. projectors and monitors). The Specification requires that the appointed Contractor continues to support these legacy devices for the period of their serviceable life. The Contractor must also provide design services to ensure AV Systems are regulatory compliant when required by the Client. See the Specification for further details on this requirement.

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32320000 - Television and audio-visual equipment
  • 32321300 - Audio-visual materials
  • 32343100 - Audio-frequency amplifiers
  • 32351300 - Audio equipment accessories
  • 50342000 - Repair and maintenance services of audio equipment
  • 32351100 - Video-editing equipment
  • 32351200 - Screens
  • 32351310 - Audio cassettes
  • 32340000 - Microphones and loudspeakers
  • 32321200 - Audio-visual equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

PSNI require a Contractor for the supply, installation, commissioning and maintenance of professional video and audio equipment. Product types, i.e. monitors, cameras and control equipment should be available ‘off-the-shelf’ from within the professional video and audio industry, offering current technology, design quality, reliability, design inter-compatibility and cost effectiveness. Compatibility for all accessories is critical for many systems, PSNI will review any products offered to ensure compatibility. All accessories must be manufacturer approved. PSNI currently support a range of media devices (i.e. projectors and monitors). The Specification requires that the appointed Contractor continues to support these legacy devices for the period of their serviceable life. The Contractor must also provide design services to ensure AV Systems are regulatory compliant when required by the Client. See the Specification for further details on this requirement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

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 or following any extension period

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 an options to extend the contract for a further two periods of 2 years (3yr +2yr +2yr)

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

12 June 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: 10 September 2023

four.2.7) Conditions for opening of tenders

Date

12 June 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 successful contractor’s performance on this contract will be managed as per the specification and 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 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

United Kingdom

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