Supply Financial and Personal Data to Police Service of Northern Ireland
Information to complete a financial profile of an individual or company and to enable an investigation to become more focused.
United Kingdom-Belfast: Data services
2018/S 138-315352
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
c/o Central Procurement Directorate, Clare House, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.1)Name and addresses
Clare House, 303 Airport Road West
BELFAST
BT3 9ED
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.finance-ni.gov.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.1)Name and addresses
Block B, Castle Buildings
Belfast
BT4 3SG
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.justice-ni.gov.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.1)Name and addresses
8 Laganbank Road
Belfast
BT1 3BN
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.justice-ni.gov.uk/topics/legal-aid/legal-services-agency-northern-ireland
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.1)Name and addresses
Linum Chambers, 2 Bedford Square
Belfast
BT2 7ES
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.ppsni.gov.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.1)Name and addresses
31 Clarendon Road
Belfast
BT1 3BG
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.nipolicingboard.org.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.1)Name and addresses
Stormont House
Belfast
BT4 3SH
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.gov.uk/government/organisations/northern-ireland-office
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PSNI — Provision of Financial and Personal Data / Information
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This is a collaborative contract for the provision of access to financial and personal data/information. To fulfil its investigative requirements, PSNI requires certain information to complete a financial profile of an individual or company and to enable an investigation to become more focused. The information may be used for a variety of purposes including the initiation and progression of:
— Money laundering investigations,
— Confiscation proceedings (including enforcement),
— Major incident investigations,
— Civil recovery investigations,
— Cash detention investigations,
— Drugs trafficking investigations,
— Trade Mark offences,
— National or international terrorist investigations,
— Benefit and other fraud offences, and
— Immigration offences.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Potentially any location in Northern Ireland for PSNI or any of the other named public bodies.
II.2.4)Description of the procurement:
This is a collaborative contract for the provision of access to financial and personal data/information. To fulfil its investigative requirements, PSNI requires certain information to complete a financial profile of an individual or company and to enable an investigation to become more focused. The information may be used for a variety of purposes including the initiation and progression of:
— Money laundering investigations,
— Confiscation proceedings (including enforcement),
— Major incident investigations,
— Civil recovery investigations,
— Cash detention investigations,
— Drugs trafficking investigations,
— Trade Mark offences,
— National or international terrorist investigations,
— Benefit and other fraud offences; and
— Immigration offences.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
2 year initial period + 1 option for a 2 year extension
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Since this is a demand-led requirement, neither CPD nor PSNI can provide any guarantee as to the level of business under this contract.
Contract Monitoring: The successful contractor’s performance on the contract will be 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 Written Warning and Notice of Unsatisfactory Performance and this Contract may be terminated. The issue of a Notice of Written Warning and Notice of Unsatisfactory Performance will 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 for a period of up to 3 years from the date of issue of the Notice.
The Authority expressly reserves the rights:
(I) Not to award any contract as a result of the procurement process commenced bypublication 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 supplies 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.4.1)Review body
The UK does not have any such bodies with responsibility for appeal / mediation procedures.
United Kingdom
VI.4.3)Review procedure
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.5)Date of dispatch of this notice: