Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Police Service of Northern Ireland PSNI
  c/o CPD, Clare House, 303 Airport Road West
  BELFAST
  BT3 9ED
  UK
  
            Contact person: Justice Sector Procurement Team
  
            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.1) Name and addresses
  Police Service of Northern Ireland
  Brooklyn
  Belfast
  BT5 6LE
  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 involves joint procurement
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 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
PSNI FUEL MANAGEMENT SYSTEM (UPGRADE AND MAINTENANCE)
            Reference number: ID 3604479
  II.1.2) Main CPV code
  50511000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Police Service of Northern Ireland, Transport Services Branch requires a contract for the maintenance and repair of above ground fuel (diesel and petrol) dispensing, recording and associated equipment situated at 25 bulk fuel sites within the PSNI estate.
  II.1.5) Estimated total value
  Value excluding VAT: 
			240 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    42122180
    42124211
    II.2.3) Place of performance
    NUTS code:
    UKN
Main site or place of performance:
    PSNI sites throughout Northern Ireland
    II.2.4) Description of the procurement
    The Police Service of Northern Ireland, Transport Services Branch requires a contract for the maintenance and repair of above ground fuel (diesel and petrol) dispensing, recording and associated equipment situated at 25 bulk fuel sites within the PSNI estate.
    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: 
			240 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Initial period of 36 months with an optional extension period of 24 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:
            
              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
            
   
 
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 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
  III.2.2) Contract performance conditions
  The successful Contractor's performance on the contract will be regularly monitored by the PSNI. 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 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.
 
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:
              03/12/2021
  
                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:
                02/04/2022
  IV.2.7) Conditions for opening of tenders
  
              Date:
              03/12/2021
  
              Local time: 15:30
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
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.. .
VI.4) Procedures for review
  VI.4.1) Review body
  
    The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.
    N/A
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
    The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.
    N/A
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e..a minimum of 10 calendar days) at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision.
  VI.4.4) Service from which information about the review procedure may be obtained
  
    The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.
    N/A
    UK
   
 
VI.5) Date of dispatch of this notice
01/11/2021