Contract

PSNI Supply and Delivery of Weapons Ancillary

  • Police Service of Northern Ireland

F03: Contract award notice

Notice identifier: 2021/S 000-015877

Procurement identifier (OCID): ocds-h6vhtk-02c577

Published 8 July 2021, 12:55pm



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

c/o Clare House, 303 Airport Road West

BELFAST

BT3 9ED

Contact

Justice.CPDfinance-ni.gov.uk

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

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

PSNI Supply and Delivery of Weapons Ancillary

two.1.2) Main CPV code

  • 35300000 - Weapons, ammunition and associated parts

two.1.3) Type of contract

Supplies

two.1.4) Short description

PSNI require a contract for the purchase of Weapons Ancillary. PSNI need to ensure a continued supply of specified products, agreed by Combined Operational Training to meet Health and Safety and Training and Operational requirements.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £862,000

two.2) Description

two.2.1) Title

Duty Items

Lot No

1

two.2.2) Additional CPV code(s)

  • 35310000 - Miscellaneous weapons
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35800000 - Individual and support equipment
  • 35810000 - Individual equipment
  • 35820000 - Support equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

PSNI require a contract for the purchase of Weapons Ancillary. PSNI need to ensure a continued supply of specified products, agreed by Combined Operational Training to meet Health and Safety and Training and Operational requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality Control Management / Weighting: 10

Quality criterion - Name: Lead Times and KPIs / Weighting: 40

Cost criterion - Name: Total Contract Price / Weighting: 50

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Tactical Items

Lot No

2

two.2.2) Additional CPV code(s)

  • 35310000 - Miscellaneous weapons
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35800000 - Individual and support equipment
  • 35810000 - Individual equipment
  • 35820000 - Support equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

PSNI require a contract for the purchase of Weapons Ancillary. PSNI need to ensure a continued supply of specified products, agreed by Combined Operational Training to meet Health and Safety and Training and Operational requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality Control Management / Weighting: 10

Quality criterion - Name: Lead Times and KPIs / Weighting: 40

Price - Weighting: 50

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

CPU Items

Lot No

3

two.2.2) Additional CPV code(s)

  • 35310000 - Miscellaneous weapons
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35800000 - Individual and support equipment
  • 35810000 - Individual equipment
  • 35820000 - Support equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

PSNI require a contract for the purchase of Weapons Ancillary. PSNI need to ensure a continued supply of specified products, agreed by Combined Operational Training to meet Health and Safety and Training and Operational requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality Control Management / Weighting: 10

Quality criterion - Name: Lead Times and KPIs / Weighting: 40

Price - Weighting: 50

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Cleaning Kits

Lot No

4

two.2.2) Additional CPV code(s)

  • 35310000 - Miscellaneous weapons
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35800000 - Individual and support equipment
  • 35810000 - Individual equipment
  • 35820000 - Support equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

PSNI require a contract for the purchase of Weapons Ancillary. PSNI need to ensure a continued supply of specified products, agreed by Combined Operational Training to meet Health and Safety and Training and Operational requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality Control Management / Weighting: 10

Quality criterion - Name: Lead times and KPIs / Weighting: 40

Price - Weighting: 50

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Gloves

Lot No

5

two.2.2) Additional CPV code(s)

  • 35310000 - Miscellaneous weapons
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35800000 - Individual and support equipment
  • 35810000 - Individual equipment
  • 35820000 - Support equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

PSNI require a contract for the purchase of Weapons Ancillary. PSNI need to ensure a continued supply of specified products, agreed by Combined Operational Training to meet Health and Safety and Training and Operational requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality Control Management / Weighting: 10

Quality criterion - Name: Lead Times and KPIs / Weighting: 40

Price - Weighting: 50

two.2.11) Information about options

Options: No

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 193-467840


Section five. Award of contract

Contract No

1

Lot No

1

Title

Duty Items

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 July 2021

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

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

c/o Clare House, 303 Airport Road West

Belfast

BT3 9ED

Email

Justice.CPD@finance-ni.co.uk

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: £862,000

Total value of the contract/lot: £862,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Tactical Items

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 July 2021

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

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

c/o Clare House, 303 Airport Road West

Belfast

BT3 9ED

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

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £862,000

Total value of the contract/lot: £862,000


Section five. Award of contract

Contract No

3

Lot No

3

Title

CPU Items

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 July 2021

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

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

c/o Clare House, 303 Airport Road West

Belfast

BT3 9ED

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

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £862,000

Total value of the contract/lot: £862,000


Section five. Award of contract

Contract No

4

Lot No

4

Title

Cleaning Kits

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 July 2021

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

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

c/o Clare House, 303 Airport Road West

Belfast

BT3 9ED

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

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £862,000

Total value of the contract/lot: £862,000


Section five. Award of contract

Contract No

5

Lot No

5

Title

Gloves

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 July 2021

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

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

c/o Clare House, 303 Airport Road West

Belfast

BT3 9ED

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

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £862,000

Total value of the contract/lot: £862,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures

Belfast

Country

United Kingdom