Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Police Service of Northern Ireland
C/O 303 Airport Road West
BELFAST
BT3 9ED
UK
E-mail: Justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.psni.police.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
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
ID 4249629 - PSNI - ICS - Working at Height Rigging Services
II.1.2) Main CPV code
50332000
II.1.3) Type of contract
Services
II.1.4) Short description
PSNI - ICS requires a Contractor to undertake Rigging Services for PSNI (under authorised instruction from appointed departmental contacts) for tasks and schedules as specified. The Contractor must be qualified to undertake such services and comply with the requirements of the Specification. In brief, this shall include for the installation, maintenance and removal of antennae, camera equipment and associated cabling. CCTV equipment shall be prepared by PSNI ICS and made ready for deployment. Maintenance shall include, but not be limited to cable management, cleaning and physical adjustment of new or legacy systems. Please refer to the ‘Specification of Requirements’ document for detailed requirements.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
50332000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
PSNI - ICS requires a Contractor to undertake Rigging Services for PSNI (under authorised instruction from appointed departmental contacts) for tasks and schedules as specified. The Contractor must be qualified to undertake such services and comply with the requirements of the Specification. In brief, this shall include for the installation, maintenance and removal of antennae, camera equipment and associated cabling. CCTV equipment shall be prepared by PSNI ICS and made ready for deployment. Maintenance shall include, but not be limited to cable management, cleaning and physical adjustment of new or legacy systems. Please refer to the ‘Specification of Requirements’ document for detailed requirements.
II.2.5) Award criteria
Quality criterion: Qualitative Criteria
/ Weighting: 65
Cost criterion: Quantitative Criteria
/ Weighting: 35
II.2.11) Information about options
Options:
Yes
Description of options:
After the initial contract period, there is one option to extend for 2 years.
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-005883
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
24/05/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Withheld for security reasons
Belfast
UK
E-mail: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 3 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract monitoring: the successful contractor’s performance on the contract will be 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 Construction and Procurement Delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up. to three years.
VI.4) Procedures for review
VI.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
UK
VI.5) Date of dispatch of this notice
24/05/2023