Supply Protective Equipment to PSNI
PSNI has a duty of care to provide items of personal protective equipment appropriate to the needs of the officer – that would include Limb Protection items.
United Kingdom-Belfast: Police equipment
2016/S 107-191133
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Police Service of Northern Ireland
c/o Central Procurement Directorate, Clare House, 303 Airport Road West
Contact point(s): justice.cpd@finance-ni.gov.uk
BT3 9ED Belfast
United Kingdom
Internet address(es):
Address of the buyer profile: https://etendersni.gov.uk/epps
Electronic access to information: https://etendersni.gov.uk/epps
Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: PSNI, Seapark, 151 Belfast Road, Carrickfergus, Northern Ireland, BT38 8PL.
NUTS code UKN02
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
35200000, 35113400
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 400 000 and 600 000 GBP
II.2.2)Information about options
Description of these options: After initial period, 1 option to extend for 2 years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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.
Also:
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 supplies 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.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Tender for Supply of Motorcycle Clothing and Accessories
Framework for Supply of Protective Motorcycle Clothing
Supply of Soft Shell Jackets and Microfleece Tops
Supply of Personal Protection Equipment to Scottish Water