Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland PSNI ICS
Belfast
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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,698,000
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
Main site or place of performance
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.2.11) Information about options
Options: Yes
Description of options
PSNI shall require to establish a call-off contract with the appointed Contractor for a period of three years with the option to extend this by two further periods, each of 12 months.
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 000-011416
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
18 August 2023
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
This is withheld for security reasons.
This is withheld for security reasons.
SSDAdmin.CPD@finance-ni.gov.uk
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: £1,698,000
Total value of the contract/lot: £1,698,000
Section six. Complementary information
six.3) Additional information
Contract Monitoring. 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 three 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.
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 have complied with the Public Contracts Regulations 2015 and have. incorporated a standstill period (i.e. a minimum of 10 calendar days) which has now ended.