Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

ID 4607764 DoJ – PSNI – ICS – Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems

  • Cyhoeddwyd gyntaf: 13 Mai 2023
  • Wedi'i addasu ddiwethaf: 13 Mai 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03c85d
Cyhoeddwyd gan:
Police Service of Northern Ireland
ID Awudurdod:
AA77169
Dyddiad cyhoeddi:
13 Mai 2023
Dyddiad Cau:
12 Mehefin 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Police Service of Northern Ireland

Lislea Drive

BELFAST

BT9 7JG

UK

Person cyswllt: SSDAdmin.CPDfinance-ni.gov.uk

E-bost: SSDAdmin.CPD@finance-ni.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://etendersni.gov.uk/epps

Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://etendersni.gov.uk/epps


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://etendersni.gov.uk/epps


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Trefn a diogelwch cyhoeddus

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

ID 4607764 DoJ – PSNI – ICS – Supply, Design, Installation, Commissioning and Maintenance of Professional Video and Audio Systems

Cyfeirnod: ID 4607764

II.1.2) Prif god CPV

50342000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 12 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

32320000

32321300

32343100

32351300

50342000

32351100

32351200

32351310

32340000

32321200

II.2.3) Man cyflawni

Cod NUTS:

UKN

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Maen prawf cost: Cost / Pwysoliad: 40

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

This contract will be potentially be due to be re-procured after initial contract period or following any extension period

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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 (3yr +2yr +2yr)

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 12/06/2023

Amser lleol: 15:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 10/09/2023

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 12/06/2023

Amser lleol: 15:30

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions.

VI.3) Gwybodaeth ychwanegol

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 3 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. 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;. . (iii) to award (a) contract(s) in.. respect of any. part(s) of the (services) covered by this notice; and. . (iv) to award contract(s) in stages and in no circumstances will the.. authority be liable.. for any costs incurred by candidates

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

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

United Kingdom

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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 contract is.. communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful.. tenderers to challenge the award decision before the contract is entered into

VI.5) Dyddiad anfon yr hysbysiad hwn

12/05/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
32351300 Ategolion cyfarpar sain Ategolion ar gyfer cyfarpar sain a fideo
32321300 Awdiomedrau Cyfarpar taflunio teledu
32351310 Casetiau sain Ategolion ar gyfer cyfarpar sain a fideo
32351100 Cyfarpar golygu fideo Ategolion ar gyfer cyfarpar sain a fideo
32320000 Cyfarpar teledu a chlyweledol Derbynyddion teledu a radio, a chyfarpar recordio neu atgynhyrchu sain neu fideo
32321200 Deunyddiau clyweledol Cyfarpar taflunio teledu
50342000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar sain Gwasanaethau atgyweirio a chynnal a chadw cyfarpar clyweledol ac optegol
32340000 Microffonau ac uchelseinyddion Derbynyddion teledu a radio, a chyfarpar recordio neu atgynhyrchu sain neu fideo
32343100 Mwyhaduron amledd sain Mwyhaduron
32351200 Sgriniau Ategolion ar gyfer cyfarpar sain a fideo

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
SSDAdmin.CPD@finance-ni.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.