By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Police Service of Northern Ireland - Intruder Alarm and Perimeter Intruder Detection Systems Maintenance.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Police Service of Northern Ireland
8th Floor, River House, 48 High Street
Contact point(s): Contracts & Standards Branch
BT1 2RU Belfast
UNITED KINGDOM
Telephone: +44 2890816555
E-mail:

Internet address(es):

General address of the contracting authority: https://e-sourcingni.bravosolution.co.uk

Address of the buyer profile: www.dfpni.gov.uk

Further information can be obtained from: Department of Finance and Personnel, Central Procurement Directorate
Contracts and Standards Branch, Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Department of Finance and Personnel, Central Procurement Directorate
Contracts and Standards Branch, Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk

Tenders or requests to participate must be sent to: Department of Finance and Personnel, Central Procurement Directorate
Contracts and Standards Branch, Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Police Service of Northern Ireland - Intruder Alarm and Perimeter Intruder Detection Systems Maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Various sites throughout PSNI Estate Northern Ireland.

NUTS code UKN

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The contract is for the provision of Intruder Alarm and Perimeter Intruder Detection Systems Maintenance across various sites on the PSNI Estate. The successful Service Provider will be required to undertake Planned Preventative Maintenance inspections at pre-determined frequencies and provide a 2/7/365 service to deal with reactive repairs of existing installations.
II.1.6)Common procurement vocabulary (CPV)

31625000, 50610000, 50600000, 31625300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Contracting Authority is looking to appoint a single Service Provider to provide Intruder Alarm and Perimeter Intruder Detection Maintenance Services across their Estate.
The dual purpose of this contract is for the cyclical maintenance of all Intruder Alarms and Perimeter Intruder Detection Systems within the estate and also to provide a maintenance response for dealing with faults and minor alterations.
Regular Service
The Regular Service requires all intruder alarms and perimeter intruder detection systems to be checked and maintained, at agreed regular and pre-set intervals and in accordance with agreed Planned Preventative Maintenance Schedules. This includes the complete checking of all the alarm attributes and equipment visually, operationally and technically in accordance with an agreed Planned Preventative Maintenance regime. All communication links associated with the system are to be checked and tested.
Reactive Service
The Contractor must make provision for receiving calls from Amey Built Environment staff regarding the provision of a 24/7 365 reactive call-out service to cater for ad hoc requests for additional maintenance outside the Regular Service programme and in accordance with the following normal response requirements: -
Calls defined as Out of Hours (outside normal working hours) - within 3 hours (a presence is required on site within three hours ready to deal with the emergency).
Calls defined as Emergency - within 3 hours (a presence is required on site within three hours ready to deal with the emergency).
Calls defined as Very Urgent - within 24 hours (requirements must be completed within 24 hours of receipt of the call - includes working outside normal working hours).
Calls defined as Urgent - within 5 working days (requirements have been completed within 5 working days of receipt of the call).
Calls defined as Routine - within 20 working days (requirements have been completed within 20 working days of receipt of the call).
Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will normally run for 3 years with the possibility of 2 x 1 year extensions at the Client's discretion.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As directed in the Invitation to Tender Documentation.
The Economic Operator should note that the Contract Conditions may include a requirement to utilise a Project Bank Account (PBA). The Economic Operator may be required to execute a trust deed for the operation of the PBA.
The PBA will be provided by either the Employer or the Economic Operator and is to be used to make payments by the Employer to the Economic Operator and to first tier Sub-Contractors.
The Economic Operator will be required to make payments to all subcontractors named in the PQQ through the PBA.
Further details of the PBA operation will be included in the invitation to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Refer to the Memorandum of Information (MOI) Documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to the Memorandum of Information (MOI) Documentation.
Minimum level(s) of standards possibly required: Refer to the Memorandum of Information (MOI) Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Refer to the Memorandum of Information (MOI) Documentation.
Minimum level(s) of standards possibly required:
Refer to the Memorandum of Information (MOI) Documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to tender. For the purposes of this competition a tie for 6th place will be deemed to have occurred where two or more Economic Operators have identical scores or a score within the number of marks specified within the Memorandum of Information.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
project_15702 (421051BS)
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.2.2014 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers Instructions How to Express Interest in this Tender~:

1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register.

- Accept the terms and conditions and click ‘continue’.
- Enter your correct business and user details.
- Note the username you chose and click ‘Save’ when complete.
- You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender:
- Login to the portal with the username/password.
- Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier.)
- Click on the relevant PQQ/ ITT to access the content.
- Click the ‘Express Interest’ button at the top of the page.
- This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender:
- Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification.
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT.
- There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
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;
and in no circumstances will the Authority be liable for any costs incurred by candidates.
This contract may be used to progress the Government’s wider social, economic and environmental objectives.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This procurement is governed by the Public Contracts Regulations 2006 and provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High in Northern Ireland.
CPD will incorporate a standstill period at the point of information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
Any proceedings relating to any perceived non-compliance with relevant legislation must be started within 30 days or at most within 3 months, beginning with the date when the Economic Operator knew, or ought to have known of the alleged infringement.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.1.2014