- 1. PSNI - Police Service of Northern Ireland
- 2. Police Service of Northern Ireland
- 3. Legal Services Agency Northern Ireland
- 4. Public Prosecution Service for Northern Ireland
- 5. Northern Ireland Policing Board
- 6. Department for Infrastructure NI
- 7. Department of Finance
- 8. Department of Justice NI
- 9. Northern Ireland Environment Agency
- 10. Northern Ireland Office
Section one: Contracting authority
one.1) Name and addresses
PSNI - Police Service of Northern Ireland
Brooklyn, 65 Knock road
BELFAST
BT5 6LD
Contact
Justice.CPDfinance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Police Service of Northern Ireland
Brooklyn
Belfast
BT5 6LE
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Legal Services Agency Northern Ireland
8 Laganbank Road
Belfast
BT1 3BN
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.justice-ni.gov.uk/topics/legal-aid/legal-services-agency-northern-ireland
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Public Prosecution Service for Northern Ireland
Linum Chambers, 2 Bedford Square
Belfast
BT2 7ES
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Northern Ireland Policing Board
31 Clarendon Road
Belfast
BT1 3BG
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.nipolicingboard.org.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Department for Infrastructure NI
Clarence Court Adelaide Street
Belfast
BT2 8GB
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.infrastructure-ni.gov.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Department of Finance
Clare House, 303 Airport Road West
BELFAST
BT3 9ED
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.finance-ni.gov.uk/topics/procurement
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Department of Justice NI
Block B, Castle Buildings
Belfast
BT4 3SG
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.justice-ni.gov.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Northern Ireland Environment Agency
Goodwood House, 44 - 58 May Street
Belfast
BT1 4NN
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.daera-ni.gov.uk/northern-ireland-environment-agency
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Northern Ireland Office
Stormont House
Belfast
BT4 3SH
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/northern-ireland-office
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.2) Information about joint procurement
The contract involves 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 5392620 - PSNI - PROVISION OF FINANCIAL AND PERSONAL DATA / INFORMATION
two.1.2) Main CPV code
- 72300000 - Data services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police Service of Northern Ireland (PSNI) referred to herein as the “Client” intends to establish a Framework Agreement for the provision of access to financial and personal data/information to support police investigations. The Supplier(s) shall provide a service through which the Client can access data as shown in the ‘Data Requirement’ section within the specification document (ID 5392620– Contract Specification). The list is indicative and not exhaustive of the provision of data and capability required. It may also be developed further during the Period of Contract on written agreement between the Client and the appointed Supplier(s).
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: £1,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) referred to herein as the “Client” intends to establish a Framework Agreement for the provision of access to financial and personal data/information to support police investigations. The Supplier(s) shall provide a service through which the Client can access data as shown in the ‘Data Requirement’ section within the specification document (ID 5392620– Contract Specification). The list is indicative and not exhaustive of the provision of data and capability required. It may also be developed further during the Period of Contract on written agreement between the Client and the appointed Supplier(s).
two.2.5) Award criteria
Quality criterion - Name: As per tender documents / Weighting: 60
Cost criterion - Name: As per tender documents / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
An initial framework agreement period of 2 years with the option to extend for up to a further 24 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
Contract Value. The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the framework and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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: 2024/S 000-021137
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
29 November 2024
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: 0
Number of tenders received from tenderers from non-EU Member States: 1
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
Withheld for security reasons
N/A
Country
United Kingdom
NUTS code
- UK - United Kingdom
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: £1,000,000
Total value of the contract/lot: £1,000,000
Section six. Complementary information
six.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue. 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 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.
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and, if applicable, 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, if applicable, 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.