Tender

ID 4267006 - PSNI - The Supply, Delivery, Maintenance, Repair And Transportation of PE Equipment

  • Police Service of Northern Ireland

F02: Contract notice

Notice identifier: 2022/S 000-026220

Procurement identifier (OCID): ocds-h6vhtk-03698d

Published 20 September 2022, 1:19pm



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

c/o CPD303 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://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

ID 4267006 - PSNI - The Supply, Delivery, Maintenance, Repair And Transportation of PE Equipment

two.1.2) Main CPV code

  • 37400000 - Sports goods and equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Police Service of Northern Ireland’s (PSNI) main aim is “Keeping People Safe”. In order to keep themselves, their colleagues and the public safe, it is important that all Police Officers and Police Staff are both physically and mentally fit, healthy and well. Consequently, PSNI are committed to supporting Police Officers and Police Staff by providing facilities to help staff keep fit. These facilities include Sports Hall and Fitness Room facilities at major sites, whilst most other police stations are equipped with smaller Fitness Rooms. These rooms contain high quality training equipment which is provided and maintained by Physical Health and Wellbeing. This Contract is for the Supply, Delivery, Maintenance, Repair and Transportation of Physical Training and Sports Hall Equipment. The equipment and facilities are located within 56 police establishments throughout Northern Ireland as detailed in Annex A.

two.1.5) Estimated total value

Value excluding VAT: £1,059,667

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 37420000 - Gymnasium equipment
  • 37440000 - Fitness equipments
  • 37480000 - Machinery or apparatus for leisure equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Police Service of Northern Ireland’s (PSNI) main aim is “Keeping People Safe”. In order to keep themselves, their colleagues and the public safe, it is important that all Police Officers and Police Staff are both physically and mentally fit, healthy and well. Consequently, PSNI are committed to supporting Police Officers and Police Staff by providing facilities to help staff keep fit. These facilities include Sports Hall and Fitness Room facilities at major sites, whilst most other police stations are equipped with smaller Fitness Rooms. These rooms contain high quality training equipment which is provided and maintained by Physical Health and Wellbeing. This Contract is for the Supply, Delivery, Maintenance, Repair and Transportation of Physical Training and Sports Hall Equipment. The equipment and facilities are located within 56 police establishments throughout Northern Ireland as detailed in Annex A.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,059,667

two.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

Initial 36 month contract with option to extend for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial 36 month contract with option to extend for up to a further 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Tenderers are required to describe their policies which provide fair work practices for workers (including any agency or sub-contractor workers) engaged in the delivery of these services. . . The response must include details of the tenderers fair and equal pay policy and a commitment to supporting the Living Wage, including, for example being a Living Wage Accredited Employer..


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.2.2) Time limit for receipt of tenders or requests to participate

Date

20 October 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 18 April 2023

four.2.7) Conditions for opening of tenders

Date

20 October 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

six.4.2) Body responsible for mediation procedures

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

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The UK does not currently have any such bodies with responsibilities for. appeal/mediation procedures. CPD will comply with the Public Contracts Regulations 2015 and where appropriate, will incorporate. a standstill period (i.e. a minimum of 10 calendar days) at the point information on 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.

six.4.4) Service from which information about the review procedure may be obtained

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

Belfast

Country

United Kingdom