Contract

ID 4632506 - PSNI - Supply and Delivery of Shooting Targets and Ancillary Items

  • PSNI - Police Service of Northern Ireland

F03: Contract award notice

Notice identifier: 2024/S 000-032544

Procurement identifier (OCID): ocds-h6vhtk-043a33

Published 10 October 2024, 10:47am



Section one: Contracting authority

one.1) Name and addresses

PSNI - Police Service of Northern Ireland

Police Headquarters, Brooklyn, 65 Knock Rd

BELFAST

BT5 6LD

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/

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

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: £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.