Contract

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

  • Police Service of Northern Ireland

F03: Contract award notice

Notice identifier: 2022/S 000-036044

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

Published 20 December 2022, 2:01pm



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

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

Buyer's address

https://etendersni.gov.uk/epps

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 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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £1,059,667

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

Quality criterion - Name: Proposed Service Delivery / Weighting: 20

Quality criterion - Name: Contract Management and Contingency Arrangements / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Contract Price / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

The Contract is subject to one optional extension of up to 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 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 000-026220


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

20 December 2022

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

Identity withheld for security reasons

c/o Clare House, 303 Airport Road West

BELFAST

BT39ED

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: £1,059,667

Total value of the contract/lot: £1,059,667


Section six. Complementary information

six.3) Additional information

Contract monitoring: the successful 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. 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.

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

CPD complied with the Public Contracts Regulations 2015 (as amended) 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