Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Service of Northern Ireland PSNI
c/o 303 Airport Road West
BELFAST
BT3 9ED
UK
Contact person: justice.cpdfinance-ni.gov.uk
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 3531772 - PSNI - Supply and Delivery of Moulded Hearing Protection and Communication Sets
II.1.2) Main CPV code
32500000
II.1.3) Type of contract
Supplies
II.1.4) Short description
PSNI has a Duty of Care to provide suitable items of Health and Safety equipment to its members. Many Officers are required to work in conditions where there are increased noise levels, such as Motorcycle duties, Public Order duties and Weapon training. The PSNI has identified that within these particular areas the noise levels are above the recommended safe levels. PSNI seek a Contractor for the supply and delivery of Moulded Hearing Protection and Communication Sets to ensure a continued supply of specified products, agreed by PSNI Technical Research Officer and Information and Communication Services (ICS) to meet PSNI needs. The appointed Contractor must have the capability to provide a quality product and service. The Contractor must have the flexibility to meet future changing demand, and to work in partnership with the PSNI to ensure service deliverables are met.
II.1.5) Estimated total value
Value excluding VAT:
1 683 613.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32500000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
PSNI has a Duty of Care to provide suitable items of Health and Safety equipment to its members. Many Officers are required to work in conditions where there are increased noise levels, such as Motorcycle duties, Public Order duties and Weapon training. The PSNI has identified that within these particular areas the noise levels are above the recommended safe levels. PSNI seek a Contractor for the supply and delivery of Moulded Hearing Protection and Communication Sets to ensure a continued supply of specified products, agreed by PSNI Technical Research Officer and Information and Communication Services (ICS) to meet PSNI needs. The appointed Contractor must have the capability to provide a quality product and service. The Contractor must have the flexibility to meet future changing demand, and to work in partnership with the PSNI to ensure service deliverables are met.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 683 613.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Contract may be retender subject to business requirements upon expiry
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Contract shall be for an initial 36 months (3 years) with one extension of up to 24 months (2 years)
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/03/2022
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
24/09/2022
IV.2.7) Conditions for opening of tenders
Date:
28/03/2022
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated... The issue of a Certificate 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 twelve months from the date of issue of the certificate.”
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 (as amended).. 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) Date of dispatch of this notice
21/02/2022