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 award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Police Service of Northern Ireland
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

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
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 framework agreement or a dynamic purchasing system (DPS)
II.1.4)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 approx 35 per cent of fixed assets will be refreshed in Year 1 and the remaining 65 per cent in Year 4, Mobile ANPR Assets will be refreshed in Year 3;
- Provision of ANPR goods and services catalogue.
II.1.5)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.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Lowest offer 7 000 000 and highest offer 10 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
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. Price. Weighting 50
IV.2.2)Information about electronic auction
An electronic auction has been 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

Contract notice

Notice number in the OJEU: 2015/S 146-269113 of 31.7.2015

Section V: Award of contract

Contract No: 1
V.1)Date of contract award decision:
29.10.2015
V.2)Information about offers
Number of offers received: 1
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

British Telecommunications Plc Belfast
5 Lanyon Place
BT1 3BT Belfast
UNITED KINGDOM
E-mail:
Telephone: +44 2890216162

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 15 024 000 GBP
Excluding VAT
Total final value of the contract:
Value: 9 815 240 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
0 tenders received from an SME.
1 tender received electronically.
0 tenders received from non EU member states.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
4.11.2015