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

DOJ - PSNI - Managed Service Requirement - ANPR.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Police Service of Northern Ireland (PSNI)
42 Montgomery Road
Contact point(s): [email protected]
BT6 9LD Belfast
UNITED KINGDOM

Internet address(es):

Address of the buyer profile: https://etendersni.gov.uk/epps

Electronic access to information: https://etendersni.gov.uk/epps

Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps

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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
DOJ - PSNI - Managed Service Requirement - ANPR.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

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 PSNI have a requirement for a support service, which will ensure that the Automatic Number Plate Recognition system continues to meet its performance targets in terms of reliability and availability. The service will include:
- Field Support for fixed and mobile ANPR systems including planned preventative maintenance visits for fixed ANPR installations,
- Installations, moves and changes (IMAC) of fixed and mobile ANPR systems,
- First-line support of PSNI's bespoke mobile communication solution,
- Management of spare hardware and components for systems under support,
- Management of repair loop for faulty or damaged hardware,
- Decommissioning legacy systems as directed by the authority,
- Field support for additional services which are anticipated to be incepted during the life of this contract,
- Implementation of remedial actions where any device is found to be non-compliant with National ANPR Standards for Policing,
- Replacement of end of life fixed sites and mobile ANPR assets and Support for emergent ANPR technologies as adopted by the service,
- Refresh of fixed and mobile ANPR assets,
- It is estimated that upon the securing of funding that approximately 35 % of fixed assets will be refreshed in Year 1 and the remaining 65 % in Year 4, Mobile ANPR Assets will be refreshed in Year 3,
- Provision of ANPR goods and services catalogue.
II.1.6)Common procurement vocabulary (CPV)

72000000, 48730000, 48960000, 30230000, 30236200, 72250000, 30200000, 30211300, 30211400, 30212000, 30213000, 30213100, 30214000, 30215000, 30216000, 30216100, 30231000, 30231100, 30232000, 30234500, 30236000, 30237000, 30237200, 30237300, 31000000, 31111000, 32231000, 32234000, 32235000, 32412000, 32420000, 32571000, 32580000, 34970000, 45316210, 50300000, 50312200, 50312210, 50312410, 50312600, 50312610, 50312620, 50323000, 50323100, 72130000, 72200000, 72210000, 72212211

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:
Within the ANPR managed support service there are a number of core areas into which support activities can be broadly grouped:
- Field Support for fixed and mobile ANPR systems including planned preventative maintenance visits for fixed ANPR installations. This is a reactive service where incidents logged by users are responded to by the supplier attending a roadside site or police station to troubleshoot and resolve the incident. Preventative maintenance visits are scheduled in advance by the supplier in agreement with the Authority, which requires the supplier to visit each camera location once each quarter to conduct an inspection and remedy any defects at the earliest opportunity to prevent an unplanned outage of any element of equipment.
- Installations, moves and changes (IMAC) of fixed and mobile ANPR systems. There are a range of reasons that will necessitate the installation, relocation or changes to an existing fixed or mobile ANPR installation. When such circumstances arise, an incident or request is generated to task the supplier to install, move or change the configuration of an installation.
- Management of spare hardware and components for systems under support. To enable service levels to be met, the Authority will supply a range of spare hardware to be used by the contractor in dealing with incidents. The contractor will be responsible for accounting for and managing the stock levels of all spare equipment to ensure these are maintained at an adequate level to prevent SLA's being breached due to non-availability of serviceable spare hardware. The stock levels of spare equipment is reviewed and accounted for within monthly service management meetings.
- Management of repair loop for faulty or damaged hardware. Agreed processes have been instantiated, which make provision for return of failed assets to hardware vendors for component level repairs. The support contractor is responsible for following the process to ensure a quick turnaround of the repaired hardware, hastening the repair agent where required. Once returned the asset is required to be placed on test to ensure it is fully functional before being returned to the spare equipment stock.
- Decommissioning legacy systems as directed by the Authority. Where systems reach the end of their useful life, the assets are to be removed and replaced with new items. The supplier is required to remove, recover and record details of the asset before invoking agreed processes for disposal of the assets. Where there is residual value in the assets, any value beyond the cost of disposal is to be recouped by the Authority.
- Field support for additional services, which are anticipated to be incepted during the life of this contract ANPR is a continually evolving solution with PSNI, as new methods of data collection are identified and new capabilities are placed into service, an adaptive, responsive support service needs to follow to ensure new capabilities are effectively maintained and where incidents arise, failed components can be swapped out for serviceable items.
- Implementation of remedial actions where any device is found to be non-compliant with National ANPR Standards for Policing. To maximise its return on investment in ANPR, PSNI employs a range of techniques to monitor the performance of each camera on its infrastructure. Where any camera is assessed as being outside the performance metrics mandated by the National ANPR Service for Policing standards, an incident will be raised requiring the camera to be reconfigured to ensure it continues to perform at an optimal level.
- Replacement of end of life fixed sites and mobile ANPR assets. During the life of this contract all mobile and fixed ANPR cameras and processing hardware will reach the end of its useful life. It is planned, to replace all ANPR cameras and processing hardware with new items, in 3 tranches of work within years 1, 3 and 4 if this contract subject to the availability of funding.
-Provision of ANPR goods and services catalogue. To simplify the process of procuring ANPR goods and services it is proposed that a service catalogue will be offered by the supplier, from which the Authority may select items for purchase from the supplier. The goods and services catalogue will be reviewed every 6 months to ensure it contains the most appropriate range of products to meet the requirements of the Authority.
Estimated value excluding VAT: 0 GBP
II.2.2)Information about options
Options: yes
Description of these options: It is anticipated that over the duration of the contract that this will be apportioned as follows:
1. Core services - 3 000 000 GBP-5 000 000 GBP over 7 Years,
2. New sites and relocations - 1 000 000 GBP-3 000 000 GBP over 7 Years - Subject to funding,
3. Refresh mobile and fixed - 2 500 000 GBP-5 000 000 GBP over 7 Years - Subject to funding.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
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 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
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: As per tender documentation.
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
Information and formalities necessary for evaluating if the requirements are met:
As per tender documentation.
Minimum level(s) of standards possibly required:
Company 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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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 below

1. AC01 - Fixed site ANPR incident methodology. Weighting 13

2. AC02 - Mobile ANPR incident methodology. Weighting 13

3. AC03 - Equipment refresh methodology. Weighting 12

4. AC04 - Installation scenario 1. Weighting 3

5. AC05 - Installation scenario 2. Weighting 3

6. AC06 - Installation scenario 3. Weighting 3

7. AC07 - Installation scenario 4. Weighting 3

8. Quantitative assessment (Cost). Weighting 50

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:
25877
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: 2.9.2015 - 14:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.9.2015 - 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: 2.9.2015
Persons authorised to be present at the opening of tenders: no

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
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: CPD will comply with the Public Contracts Regulations 2015 and where appropriate will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.7.2015