Section one: Contracting authority
one.1) Name and addresses
PSNI - Police Service of Northern Ireland
Police Headquarters, Brooklyn, 65 Knock Rd
BELFAST
BT5 6LD
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
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 4632506 - PSNI - Supply and Delivery of Shooting Targets and Ancillary Items
two.1.2) Main CPV code
- 35210000 - Targets for shooting practice
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Police Service of Northern Ireland has a responsibility to protect life, preserve order, prevent crime, and secure justice as set out in Section 32 of the Police (Northern Ireland) Act 2000. This will involve the deployment of officers who have an obligation to protect into a high threat environment. Officers may face the threat of a criminal use of firearms or explosives. In order to meet the obligations of the Police Service, officers must also be trained in a realistic manner. This will include the use of targets for various scenarios when firearms training on indoor and outdoor weapon ranges.
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: £193,700
two.2) Description
two.2.2) Additional CPV code(s)
- 35210000 - Targets for shooting practice
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Police Service of Northern Ireland has a responsibility to protect life, preserve order, prevent crime, and secure justice as set out in Section 32 of the Police (Northern Ireland) Act 2000. This will involve the deployment of officers who have an obligation to protect into a high threat environment. Officers may face the threat of a criminal use of firearms or explosives. In order to meet the obligations of the Police Service, officers must also be trained in a realistic manner. This will include the use of targets for various scenarios when firearms training on indoor and outdoor weapon ranges.
two.2.5) Award criteria
Quality criterion - Name: AC1 Contract Management Contingency Arrangements / Weighting: 20
Price - Weighting: 80
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.2.14) Additional information
Contract ValueThe figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This contract is demand led and there can therefore be no guarantee of spend.This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
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: 2024/S 000-004992
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
9 October 2024
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Contractor's details witheld for Security Reasons
N/A
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: £193,700
Total value of the contract/lot: £193,700
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
he 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.
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 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.