Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Police Service of Northern Ireland PSNI
  C/O CPD 303 Airport Road West
  BELFAST
  BT3 9ED
  UK
  
            Contact person: Justice Sector Team
  
            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://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
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 - Underwater Search Capabliity
            Reference number: ID 3751090
  II.1.2) Main CPV code
  98363000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Police Service of Northern Ireland (PSNI) requires a Contractor for the provision of underwater search services which are available twenty four hours a day, three hundred and sixty five days a year, on a call out basis. Please refer to the Specification of Requirements document for further information on the contract requirements.
  II.1.5) Estimated total value
  Value excluding VAT: 
			2 160 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    98363000
    II.2.3) Place of performance
    NUTS code:
    UKN
    II.2.4) Description of the procurement
    The Police Service of Northern Ireland (PSNI) requires a Contractor for the provision of underwater search services which are available twenty four hours a day, three hundred and sixty five days a year, on a call out basis. Please refer to the Specification of Requirements document for further information on the contract requirements.
    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: 
			2 160 000.00 
			  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:
    After the initial contract period, there are 4 options to extend for [1] year each.
    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 per Tender documentation.
  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
  III.2.2) Contract performance conditions
  The Contractors Performance will be measured during the Contract Term based on a.. weighted performance assessment model. The Client reserves the right to adjust performance indicators and weightings. The Client also reserves the right to adjust the frequency of performance reviews. The Contractors performance will also be measured against Key. Performance Indicators which are linked to a Service Credit Model. .
  III.2.3) Information about staff responsible for the performance of the contract
  Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
              05/11/2021
  
                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:
                05/03/2022
  IV.2.7) Conditions for opening of tenders
  
              Date:
              05/11/2021
  
              Local time: 15:30
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated.. The issue of a Certificate 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 twelve months from the date of issue of the certificate..
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.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  CPD will comply with the Public Contracts Regulations 2015 (as amended). and, where appropriate, will incorporate a standstill period (i.e. a 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.5) Date of dispatch of this notice
04/10/2021