Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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
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.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 5001850 - PSNI - Supply and Delivery 3x Electronic Total Stations and Ancillary Equipment
Reference number: ID 5001850
II.1.2) Main CPV code
38296000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Police Service of Northern Ireland (PSNI) require a Contract to be established for the supply and delivery of 3x Electronic Total Stations and ancillary equipment. The Contractor will also be required to provide product support and maintenance. The equipment must be delivered to PSNI on or before 24 March 2024. Please refer to the Specification document for full details of the 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:
129 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
38300000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) require a Contract to be established for the supply and delivery of 3x Electronic Total Stations and ancillary equipment. The Contractor will also be required to provide product support and maintenance. The equipment must be delivered to PSNI on or before 24 March 2024. Please refer to the Specification document for full details of the requirements.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract will remain in place for 24 months from the date of delivery and commencement of warranty, with the option to extend for three 3 further one 1 year periods to cover servicing, support and maintenance.
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 000-032261
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
16/02/2024
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
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"
"Withheld for Security Reasons"
"Withheld for Security Reasons"
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:
: 129 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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 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.
Belfast
UK
VI.4.2) Body responsible for mediation procedures
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.4.4) Service from which information about the review procedure may be obtained
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.5) Date of dispatch of this notice
19/02/2024