Supply of Traffic Cones and Warning Lamps
PSNI – Traffic Cones, Warning Lamps, Signs and Associated Items.
United Kingdom-Belfast: Road cones
2016/S 127-227481
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
c/o 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Contact person: justice.cpdfinance-ni.gov.uk
E-mail: justice@cpdfinance-ni.co.uk
NUTS code: UK
Internet address(es):Main address: https://www.psni.police.uk
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PSNI – Traffic Cones, Warning Lamps, Signs and Associated Items.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
PSNI wish to establish a Framework Agreement with a single supplier for each lot for the provision of Traffic Cones and Warning Lamps (Lot 1), Signs and Stands (Lot 2) and Associated Items (Lot 3 Brushes and Shovels) for traffic control. Suppliers must be able to deliver goods to locations in Northern Ireland and throughout the UK.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Traffic Cones and Warning Signs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Locations throughout the UK.
II.2.4)Description of the procurement:
PSNI wish to establish a Framework Agreement with a single supplier for each lot for the provision of Traffic Cones and Warning Lamps (Lot 1), Signs and Stands (Lot 2) and Associated Items (Lot 3 Brushes and Shovels) for traffic control. Suppliers must be able to deliver goods to locations in Northern Ireland and throughout the UK.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of framework after 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Framework Agreement is being let by The Police Service of Northern Ireland and is also available to the following UK Police Forces: Staffordshire, Dyfed Powys, Lancashire, Greater Manchester, Devon and Cornwall, Gwent, North Wales, Warwickshire and West Mercia, Dorset, Gloucestershire, Cumbria, Wiltshire, and the Civil Nuclear Constabulary.
II.2.1)Title:
Traffic Signs and Stands
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
At various locations throughout the UK.
II.2.4)Description of the procurement:
PSNI wish to establish a Framework Agreement with a single supplier for each lot for the provision of Traffic Cones and Warning Lamps (Lot 1), Signs and Stands (Lot 2) and Associated Items (Lot 3 Brushes and Shovels) for traffic control. Suppliers must be able to deliver goods to locations in Northern Ireland and throughout the UK.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal after expiry of this framework.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Framework Agreement is being let by The Police Service of Northern Ireland and is also available to the following UK Police Forces: Staffordshire, Dyfed Powys, Lancashire, Greater Manchester, Devon and Cornwall, Gwent, North Wales, Warwickshire and West Mercia, Dorset, Gloucestershire, Cumbria, Wiltshire, and the Civil Nuclear Constabulary.
II.2.1)Title:
Brushes and Shovels
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various Locations throughout the UK.
II.2.4)Description of the procurement:
PSNI wish to establish a Framework Agreement with a single supplier for each lot for the provision of Traffic Cones and Warning Lamps (Lot 1), Signs and Stands (Lot 2) and Associated Items (Lot 3 Brushes and Shovels) for traffic control. Suppliers must be able to deliver goods to locations in Northern Ireland and throughout the UK.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal on expiry of this framework.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Framework Agreement is being let by The Police Service of Northern Ireland and is also available to the following UK Police Forces: Staffordshire, Dyfed Powys, Lancashire, Greater Manchester, Devon and Cornwall, Gwent, North Wales, Warwickshire and West Mercia, Dorset, Gloucestershire, Cumbria, Wiltshire, and the Civil Nuclear Constabulary.
Section III: Legal, economic, financial and technical information
III.1.3)Technical and professional ability
Tenderers must confirm that they and their manufacturer (and any proposed subcontractors) hold current ISO9001 Quality Standard certification or Tenderers must confirm that their internal quality management processes are of an equivalent standard to ISO9001
ISO9001 Quality Standard certification.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Belfast.
Only CPD Procurement Staff with access to the project on e/tendersNI.
Section VI: Complementary information
VI.1)Information about recurrence
4 years.
VI.3)Additional information:
The Framework Agreement is being let by The Police Service of Northern Ireland and is also available to the following UK Police forces: Staffordshire, Dyfed Powys, Lancashire, Greater Manchester, Devon and Cornwall, Gwent, North Wales, Warwickshire and West Mercia, Dorset, Gloucestershire, Cumbria, Wiltshire, and the Civil Nuclear Constabulary. This framework Agreement will be used to progress the Government’s wider social, economic and environmental objectives). 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 CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of 12 months from the date of issue of the certificate. Insert appropriate reservations of rights and disclaimers of liability here consider — e.g. “The Authority expressly reserves the rights: (I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering Competition; (III) to award (a) contract(s) in respect of any part(s) of the (services) covered by this notice; and (IV) to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.”
VI.4.1)Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures
United Kingdom
VI.4.2)Body responsible for mediation procedures
The UK does not have any such bodies with responsibility for appeal/mediation procedures
United Kingdom
VI.4.3)Review procedure
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 the 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.
VI.5)Date of dispatch of this notice:
Related Posts
Crown Commercial Service – Traffic Management Technology 2
Traffic Management Services Framework Norfolk
Supply Traffic Signage to Rotherham Council