Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland
BELFAST
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3531772 - PSNI - Supply and Delivery of Moulded Hearing Protection and Communication Sets
two.1.2) Main CPV code
- 32500000 - Telecommunications equipment and supplies
two.1.3) Type of contract
Supplies
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,563,300
two.2) Description
two.2.2) Additional CPV code(s)
- 32500000 - Telecommunications equipment and supplies
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.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.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 50
Cost criterion - Name: Quantitative Criteria / Weighting: 50
two.2.11) Information about options
Options: Yes
Description of options
The contract term is comprised of an initial period of 3 years with the option to extend for a further period of up to 24 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-004747
Section five. Award of contract
Contract No
1
Title
ID 3531772 - PSNI - Supply and Delivery of Moulded Hearing Protection and Communication Sets
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 March 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Withheld for security reasons
Withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,683,613
Total value of the contract/lot: £2,563,300
Section six. Complementary information
six.3) Additional information
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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years.
six.4) Procedures for review
six.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
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.