Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Service of Northern Ireland
C/O 303 Airport Road West
Belfast
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
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
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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
PSNI — Method of Entry
Reference number: 2298582
II.1.2) Main CPV code
35000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
PSNI — Method of entry.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35100000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK and Northern Ireland.
II.2.4) Description of the procurement
PSNI — Method of entry.
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:
1 500 000.00
GBP
II.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:
Retender of the requirement after 48 months.
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:
Yes
Description of options:
1 period of up to 12 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
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:
29/08/2019
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
Tender must be valid until:
25/02/2020
IV.2.7) Conditions for opening of tenders
Date:
29/08/2019
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Contract management:
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 Central Procurement Directorate 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 Written Warning and Notice of Unsatisfactory Performance and this Contract may be terminated. The issue of a Notice of Written Warning and 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 up to 3 years from the date of issue of the Notice.
Participating bodies:
— Belfast Harbour Police,
— Thames Valley Police,
— Devon and Cornwall Police,
— Dorset Police,
— Gloucestershire Police,
— Wiltshire Police,
— Avon and Somerset Police,
— Norfolk Constabulary,
— Suffolk Constabulary,
— Greater Manchester Police,
— Greater Manchester Combined Authority (GMCA),
— Lancashire Constabulary,
— Staffordshire Police,
— Hampshire Constabulary,
— West Mercia Police,
— Warwickshire Police,
— South Wales Police,
— Derbyshire Constabulary,
— Leicestershire Police,
— Durham Constabulary,
— Surrey Police,
— Sussex Police,
— Northamptonshire Police,
— Northamptonshire Fire and Rescue Service,
— Northern Ireland Prison Service,
— North Yorkshire Police,
— North Wales Police,
— The National Crime Agency (NCA),
— The United Kingdom Border Agency (UKBA),
— West Midlands Police,
— Police Scotland.
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
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures
UK
VI.4.2) Body responsible for mediation procedures
Official name: The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures
The UK does not currently have any such bodies with responsibilities for appeal
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. CPD will comply with the Public Contracts Regulations 2015 and where appropriate, will incorporate a standstill period (i.e. an 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.
VI.4.4) Service from which information about the review procedure may be obtained
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures
The UK does not currently have any such bodies with responsibilities for appeal
UK
VI.5) Date of dispatch of this notice
04/07/2019