Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
I.1) Name and addresses
  Police Service of Northern Ireland PSNI
  Lislea Drive
  BELFAST
  BT9 7JG
  UK
  
            Contact person: SSDAdmin.CPDfinance-ni.gov.uk
  
            E-mail: SSDAdmin.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.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 4607764 DoJ – PSNI – ICS – Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems
            Reference number: ID 4607764
  II.1.2) Main CPV code
  50342000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  PSNI require a Contractor for the supply, installation, commissioning and maintenance of professional video and audio equipment. Product types, i.e. monitors, cameras and control equipment should be available ‘off-the-shelf’ from within the professional video and audio industry, offering current technology, design quality, reliability, design inter-compatibility and cost effectiveness. Compatibility for all accessories is critical for many systems, PSNI will review any products offered to ensure compatibility. All accessories must be manufacturer approved. PSNI currently support a range of media devices (i.e. projectors and monitors). The Specification requires that the appointed Contractor continues to support these legacy devices for the period of their serviceable life. The Contractor must also provide design services to ensure AV Systems are regulatory compliant when required by the Client. See the Specification for further details on this requirement.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				12 000 000.00 
				  GBP
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    32320000
    32321300
    32343100
    32351300
    32351100
    32351200
    32351310
    32340000
    32321200
    II.2.3) Place of performance
    NUTS code:
    UKN
    II.2.4) Description of the procurement
    PSNI require a Contractor for the supply, installation, commissioning and maintenance of professional video and audio equipment. Product types, i.e. monitors, cameras and control equipment should be available ‘off-the-shelf’ from within the professional video and audio industry, offering current technology, design quality, reliability, design inter-compatibility and cost effectiveness. Compatibility for all accessories is critical for many systems, PSNI will review any products offered to ensure compatibility. All accessories must be manufacturer approved. PSNI currently support a range of media devices (i.e. projectors and monitors). The Specification requires that the appointed Contractor continues to support these legacy devices for the period of their serviceable life. The Contractor must also provide design services to ensure AV Systems are regulatory compliant when required by the Client. See the Specification for further details on this requirement.
    II.2.5) Award criteria
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Cost
                    / Weighting: 40
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    After the initial contract period of 3 years there will be an options to extend the contract for a further two periods of 2 years each. 3yr [+2yr +2yr]
    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 000-013613
 
Section V: Award of contract
          Contract No: 1
          Title: ID 4607764 DoJ – PSNI – ICS – Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/09/2023
V.2.2) Information about tenders
                Number of tenders received: 5
                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: 5
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Information withheld for Security Reasons
  Information withheld for Security Reasons
  UK
  
            E-mail: SSDAdmin.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: 
					: 12 000 000.00 
					  GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract Monitoring. The successful Contractor’s performance on this Contract will be managed as per the specification and 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 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 Unsatisfactory Performance and.. this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published.. on the CPD website. Any Contractor. in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender.. submissions for a period of three years from the date of issue of the Notice. It may also 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.
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 regarding alleged breaches of the PCR2015 as amended
    United Kingdom
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  CPD comply with the Public Contracts Regulations 2015 (as amended) and. incorporated 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 provided full information on the award decision. This provided time for the. unsuccessful tenderers to challenge the award decision before the contract is entered into.
 
VI.5) Date of dispatch of this notice
26/09/2023