Notice Information
Notice Title
ID 4607764 DoJ - PSNI - ICS - Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems
Notice 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.
Lot Information
Lot 1
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.
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]
Renewal: This contract will be potentially be due to be re-procured after initial contract period or following any extension period
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c85d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028405-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
50 - Repair and maintenance services
-
- CPV Codes
32320000 - Television and audio-visual equipment
32321200 - Audio-visual equipment
32321300 - Audio-visual materials
32340000 - Microphones and loudspeakers
32343100 - Audio-frequency amplifiers
32351100 - Video-editing equipment
32351200 - Screens
32351300 - Audio equipment accessories
32351310 - Audio cassettes
50342000 - Repair and maintenance services of audio equipment
Notice Value(s)
- Tender Value
- £12,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £12,000,000 £10M-£100M
Notice Dates
- Publication Date
- 26 Sep 20232 years ago
- Submission Deadline
- 12 Jun 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Sep 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- POLICE SERVICE OF NORTHERN IRELAND PSNI
- Additional Buyers
- Contact Name
- SSDAdmin.CPDfinance-ni.gov.uk
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT9 7JG
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Blackstaff
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03c85d-2023-09-26T16:05:42+01:00",
"date": "2023-09-26T16:05:42+01:00",
"ocid": "ocds-h6vhtk-03c85d",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "ID 4607764",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ID 4607764 DoJ - PSNI - ICS - Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50342000",
"description": "Repair and maintenance services of audio equipment"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 12000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"name": "Cost",
"type": "cost",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "This contract will be potentially be due to be re-procured after initial contract period or following any extension period"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "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]"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32320000",
"description": "Television and audio-visual equipment"
},
{
"scheme": "CPV",
"id": "32321300",
"description": "Audio-visual materials"
},
{
"scheme": "CPV",
"id": "32343100",
"description": "Audio-frequency amplifiers"
},
{
"scheme": "CPV",
"id": "32351300",
"description": "Audio equipment accessories"
},
{
"scheme": "CPV",
"id": "32351100",
"description": "Video-editing equipment"
},
{
"scheme": "CPV",
"id": "32351200",
"description": "Screens"
},
{
"scheme": "CPV",
"id": "32351310",
"description": "Audio cassettes"
},
{
"scheme": "CPV",
"id": "32340000",
"description": "Microphones and loudspeakers"
},
{
"scheme": "CPV",
"id": "32321200",
"description": "Audio-visual equipment"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-06-12T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-09-10T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2023-06-12T15:30:00+01:00"
},
"bidOpening": {
"date": "2023-06-12T15:30:00+01:00"
},
"hasRecurrence": true,
"reviewDetails": "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.",
"recurrence": {
"description": "This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions."
}
},
"parties": [
{
"id": "GB-FTS-82586",
"name": "Police Service of Northern Ireland",
"identifier": {
"legalName": "Police Service of Northern Ireland"
},
"address": {
"streetAddress": "Lislea Drive",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT9 7JG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "SSDAdmin.CPDfinance-ni.gov.uk",
"email": "SSDAdmin.CPD@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-23347",
"name": "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",
"identifier": {
"legalName": "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"
},
"address": {
"locality": "United Kingdom",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-72129",
"name": "Police Service of Northern Ireland PSNI",
"identifier": {
"legalName": "Police Service of Northern Ireland PSNI"
},
"address": {
"streetAddress": "Lislea Drive",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT9 7JG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "SSDAdmin.CPDfinance-ni.gov.uk",
"email": "SSDAdmin.CPD@finance-ni.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-72130",
"name": "Information withheld for Security Reasons",
"identifier": {
"legalName": "Information withheld for Security Reasons"
},
"address": {
"locality": "Information withheld for Security Reasons",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "SSDAdmin.CPD@finance-ni.gov.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-72129",
"name": "Police Service of Northern Ireland PSNI"
},
"language": "en",
"awards": [
{
"id": "028405-2023-1-1",
"relatedLots": [
"1"
],
"title": "ID 4607764 DoJ - PSNI - ICS - Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-72130",
"name": "Information withheld for Security Reasons"
}
]
}
],
"contracts": [
{
"id": "028405-2023-1-1",
"awardID": "028405-2023-1-1",
"title": "ID 4607764 DoJ - PSNI - ICS - Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems",
"status": "active",
"value": {
"amount": 12000000,
"currency": "GBP"
},
"dateSigned": "2023-09-21T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}