Tender

DoJ PSNI - ANPR Managed Services

  • Police Service of Northern Ireland

F02: Contract notice

Notice identifier: 2022/S 000-033313

Procurement identifier (OCID): ocds-h6vhtk-0345c9

Published 24 November 2022, 8:54am



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

Lisnasharragh, 42 Montgomery Road

BELFAST

BT6 9HL

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

DoJ PSNI - ANPR Managed Services

Reference number

3878341

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

The objective of this procurement is to outsource a well-defined support service, which will ensure that the ANPR system continues to meet its performance targets in terms of reliability and availability through; • Support of Fixed ANPR sites • Support of Mobile ANPR installations • Installation, moves and changes to fixed and mobile ANPR installations • Management of spares • Decommissioning of fixed and mobile ANPR installations • Support for emergent ANPR technologies as adopted by the service • Preventative maintenance for Fixed ANPR sites • NASPLE testing of fixed camera using in-built software

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72240000 - Systems analysis and programming services
  • 48960000 - Drivers and system software package
  • 48730000 - Security software package
  • 30230000 - Computer-related equipment
  • 30236200 - Data-processing equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The objective of this procurement is to outsource a well-defined support service, which will ensure that the ANPR system continues to meet its performance targets in terms of reliability and availability through; • Support of Fixed ANPR sites • Support of Mobile ANPR installations • Installation, moves and changes to fixed and mobile ANPR installations • Management of spares • Decommissioning of fixed and mobile ANPR installations • Support for emergent ANPR technologies as adopted by the service • Preventative maintenance for Fixed ANPR sites • NASPLE testing of fixed camera using in-built software

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £9,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract may be extended after the initial contract period for a further 2 periods of 24 months each and a

final extension period of up to 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

two.2.14) Additional information

During the tender process additional information will be made available to tenderers via a secure online document sharing platform. If you wish to view this information please provide an email address and a completed Non-Disclosure Agreement (which can be downloaded from the CfT documents) for one representative from your organisation. This information must be provided via the messaging function within e-tenders NI. Once received details on how to the access the additional information will be provided.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 2022/S 000-016164

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 January 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: 13 April 2023

four.2.7) Conditions for opening of tenders

Date

13 January 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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 their place on the contract may be terminated. The issue of a Notice 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 Notice.

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 will comply with the Public Contracts Regulations 2015 (as amended) 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.