Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Service of Northern Ireland
C/o Department of Finance - Construction and Procurement Delivery
Belfast
BT39ED
UK
Contact person: Wallace Boyd
Telephone: +44 7929824832
E-mail: Justice.cpd@finance-ni.gov.uk
NUTS: UKN06
Internet address(es)
Main address: https://www.psni.police.uk
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Acoustic Warning Systems (Tannoy) for Police Vehicles
Reference number: ID 4692368
II.1.2) Main CPV code
32342400
II.1.3) Type of contract
Supplies
II.1.4) Short description
PSNI requires a contractor for the supply and delivery of acoustic warning systems to be mounted to PSNI vehicles. These systems will facilitate the provision of ad hoc and pre-recorded audio messages to be played to crowds of assembled persons engaged in potentially disorderly behaviour.
II.1.5) Estimated total value
Value excluding VAT:
60 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32342400
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
Northern Ireland
II.2.4) Description of the procurement
PSNI requires a contractor for the supply and delivery of acoustic warning systems to be mounted to PSNI vehicles. These systems will facilitate the provision of ad hoc and pre-recorded audio messages to be played to crowds of assembled persons engaged in potentially disorderly behaviour.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
60 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The estimated value of this procurement is below the UK threshold and therefore the public contracts regulations (as amended) do not apply. The estimated budget is £60k excluding VAT. A notice has been published to maximise participation.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/02/2023
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/02/2023
Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures
VI.5) Date of dispatch of this notice
03/02/2023