Supply and Delivery of Aviation Helmets and Headsets to PSNI
PSNI require a contract for the supply and delivery of Aviation Helmets and Headsets to include subsequent service and repair.
United Kingdom-Belfast: Helmets
2019/S 127-310125
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.CPD@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PSNI: Supply and Delivery of Aviation Helmets and Headsets
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
PSNI require a contract for the supply and delivery of Aviation Helmets and Headsets to include subsequent service and repair. These items are needed to protect officers and support staff from the potential impact of head injury due to sudden movement manoeuvres or direct impact and additionally the headsets will provide hearing protection and direct communications with ground staff and air traffic controllers. Currently there are 60 members of the Air support unit that will require use of these items and the contract will provide for this usage along with a requirement for additional staff over time and non-ASU personnel using this service. The contract shall be divided into 2 lots:
Lot 1: Aviation Helmets (including local service and repair at PSNI premises); and
Lot 2: Aviation Headsets (to be compatible with the Helmet).
Contractors can bid for 1 or 2 lots, but must be able to provide all items within each lot tendered for.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Aviation Helmets (Including Service and Repair)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
PSNI require a contract for the supply and delivery of Aviation Helmets and Headsets to include subsequent service and repair. These items are needed to protect officers and support staff from the potential impact of head injury due to sudden movement manoeuvres or direct impact and additionally the Headsets will provide hearing protection and direct communications with ground staff and air traffic controllers. Currently there are 60 members of the Air support unit that will require use of these items and the contract will provide for this usage along with a requirement for additional staff over time and non-ASU personnel using this service. The contract shall be divided into 2 lots:
Lot 1: Aviation Helmets (including local service and repair at PSNI premises); and
Lot 2: Aviation Headsets (to be compatible with the Helmet).
Contractors can bid for 1 or 2 lots, but must be able to provide all items within each lot tendered for.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 years with the option to extend for a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
3 years with the option to extend for a further 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Aviation Headsets
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
PSNI require a contract for the supply and delivery of Aviation Helmets and Headsets to include subsequent service and repair. These items are needed to protect officers and support staff from the potential impact of head injury due to sudden movement manoeuvres or direct impact and additionally the Headsets will provide hearing protection and direct communications with ground staff and air traffic controllers. Currently there are 60 members of the Air support unit that will require use of these items and the contract will provide for this usage along with a requirement for additional staff over time and non-ASU personnel using this service. The contract shall be divided into 2 lots:
Lot 1: Aviation Helmets (including local service and repair at PSNI premises); and
Lot 2: Aviation Headsets (to be compatible with the Helmet).
Contractors can bid for 1 or 2 lots, but must be able to provide all items within each lot tendered for.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 years with the option to extend for a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
3 years with the option to extend for a further 2 years.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Contract monitoring: the successful contractor’s performance 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 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 notice of written warning and a notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and a notice 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 up to 3 years from the date of issue of the notice.
VI.4.1)Review body
N/A
United Kingdom
VI.4.3)Review procedure
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 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.
VI.5)Date of dispatch of this notice: