Section one: Contracting authority
one.1) Name and addresses
The Police Service of Northern Ireland
c/o CPD, 303 Airport Road West
BELFAST
BT3 9ED
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/construction-procurement-delivery
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 3740237 - PSNI - The Provision of a Substance Misuse and Alcohol Testing Programme
two.1.2) Main CPV code
- 75241100 - Police services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police Service of Northern Ireland (PSNI) has an ongoing requirement for the provision of substance and alcohol testing programme. This programme applies to potential new police officers and police staff and current police officers, student officers, probationer constables, police staff as well as non-police personnel undertaking security or safety critical roles on behalf of the Police Service of Northern Ireland. Please see the specification for full details of the requirement.
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: £600,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71632000 - Technical testing services
- 90743100 - Toxic substances monitoring services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) has an ongoing requirement for the provision of substance and alcohol testing programme. This programme applies to potential new police officers and police staff and current police officers, student officers, probationer constables, police staff as well as non-police personnel undertaking security or safety critical roles on behalf of the Police Service of Northern Ireland. Please see the specification for full details of the requirement.
two.2.5) Award criteria
Quality criterion - Name: Implementation and Resource Planning / Weighting: 13.8
Quality criterion - Name: Service Delivery / Weighting: 15
Quality criterion - Name: Personnel Experience / Weighting: 6
Quality criterion - Name: Contract Management / Weighting: 9
Quality criterion - Name: Data Protection / Weighting: 6
Quality criterion - Name: Social Value / Weighting: 10.2
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The contract is for an initial period of two 2 years with two 2 further options to extend. The first optional extension will be for a period of two 2 years. The second optional extension period will be for a period of up to twelve 12 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 000-032815
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
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: 2
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
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £600,000
Total value of the contract/lot: £600,000
Section six. Complementary information
six.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. The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof for additional potential users. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that stated.. Contract monitoring: the 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.
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.