Contract

ID 3740237 - PSNI - The Provision of a Substance Misuse and Alcohol Testing Programme

  • The Police Service of Northern Ireland

F03: Contract award notice

Notice identifier: 2023/S 000-007496

Procurement identifier (OCID): ocds-h6vhtk-038694

Published 15 March 2023, 10:34am



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

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.psni.police.uk/about-us/our-departments/corporate-services/procurement-and-logistics-services

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

Email

justice.CPD@finance-ni.gov.uk

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.