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

DoJ - PSNI - Digital Interview Recording System.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

The Police Service of Northern Ireland
Lisnasharragh, 42 Montgomery Road
Contact point(s): Central Procurement Directorate
For the attention of: ICT Procurement
BT6 9LD Belfast
UNITED KINGDOM
Telephone: +44 2890816200
E-mail:

Internet address(es):

General address of the contracting authority: www.dfpni.gov.uk/cpd

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
DoJ - PSNI - Digital Interview Recording System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Northern Ireland.

NUTS code UK

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 Police Service of Northern Ireland (PSNI) are seeking to procure a networked digital interview recording solution capable of integration with line of business systems, due to the impending obsolescence of the existing recording devices and associated media.
II.1.6)Common procurement vocabulary (CPV)

32330000, 48311100

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 scope of the Digital Interview project covers delivery of three main elements:
1. Front-end devices (networked)
Capture Device (e.g. video cameras, microphones and recording mechanisms - referred to as a Recorder in these requirements) with capability to add metadata and upload to a digital evidence repository (either local, PSNI-wide, regional or national repository). The proposed solution must be capable of operating in networked or standalone modes, if for example a network outage occurs. The Fixed Digital Recorders will be permanently installed solutions across the PSNI estate in custody and designated interview rooms. The Portable Digital Recorder will be allocated to Districts to allow interview recordings to take place away from PSNI premises.
2. Interview Transcription solution
Software and hardware (foot pedal) solution for transcription that will be installable on standard PSNI desktop PCs. The foot pedals are to be supplied with specialist software and drivers for the client PC and connecting cable.
3. Digital Evidence Repository solution (integrated with LOB systems)
Digital Evidence Software repository supplied to organise and manage digital evidence files in accordance with PSNI Management of Police Information (MOPI) handbook records management requirements and any minor local variations
Estimated value excluding VAT: 1 236 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 72 (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 per Tender documentation.
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per Tender documentation.
Minimum level(s) of standards possibly required: As per Tender documentation.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
Company & Personnel Experience (Pass/Fail) as specified within the Instructions to Tenders within the Tender 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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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 8212
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.3.2014 - 14:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.3.2014 - 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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.3.2014 - 15:01

Place:

Central Procurement Directorate (CPD) use an electronic tendering system hosted by Bravo Solutions. Tenders cannot be accessed until after the closing date and time for tender responses.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
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 & 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 Conditions of Contract contains a Social Clause which requires the successful Contractor to put processes in place, to provide, either directly or through its supply chain, 26 Person Weeks per year of work experience or employment opportunities for an Unemployed Person(s) to be arranged through an appropriate Northern Ireland Department for Employment and Learning (DEL) supported programme or equivalent in Northern Ireland, or through an equivalent scheme that is acceptable to the Client if the Contractor is operating elsewhere in the UK or in another Member State of the European Union.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Please refer to the answer in Section VI.4.2

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point 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
The Public Contracts Regulations 2006 (SI 2006 No 5) 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 Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained

Central Procurement Directorate
303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
E-mail:
Telephone: +49 2890816200

VI.5)Date of dispatch of this notice:
22.1.2014