Tender for PSNI Eyesight and Hearing Protection Products
It is PSNI’s responsibility to issue suitable personal protective items to provide protection for eyesight and hearing during firearms training of all officers/student officers and operationally for those designated as specialist firearms officers.
United Kingdom-Belfast: Protective goggles
2017/S 157-325032
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
c/o Central Procurement Directorate-Justice Sector, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
E-mail: justice.cpd@finance-ni.gov.uk
NUTS code: UKInternet 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 Eyesight and Hearing Protection Products.
II.1.2)Main CPV code
II.1.3)Type of contract
II.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. There is also a requirement under Health and Safety legislation to provide suitable items of personal protective equipment. To effectively carry out their normal duties, PSNI officers are issued with firearms — both in a personal protection capacity and for use in operational situations. To effectively use those weapons, officers must be suitably trained. It is PSNI’s responsibility to issue suitable personal protective items to provide protection for eyesight and hearing during firearms training of all officers/student officers and operationally for those designated as specialist firearms officers.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
PSNI Seapark, 151 Belfast Road, Carrickfergus, Northern Ireland, BT38 8PL.
II.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. There is also a requirement under Health and Safety legislation to provide suitable items of personal protective equipment. To effectively carry out their normal duties, PSNI officers are issued with firearms — both in a personal protection capacity and for use in operational situations. To effectively use those weapons, officers must be suitably trained. It is PSNI’s responsibility to issue suitable personal protective items to provide protection for eyesight and hearing during firearms training of all officers/student officers and operationally for those designated as specialist firearms officers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
3 year initial period + 2 year extension option.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
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.2)Information about electronic workflows
VI.3)Additional information:
— Estimated Value: The figure indicated represents the upper limit of an estimated contract value, reflecting the potential scale of the. contract and taking into account such changes to the scope and / or scale which may result from future operational requirements. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a. bid for this competition. In addition, since this is a demand-led requirement, neither CPD nor PSNI can provide any guarantee as to the level of business under this contract. — 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. — 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.4.1)Review body
Not applicable
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 the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Related Posts
Tender for Graduation Photography and Academic Gown Hire
Blackpool Council Personal Protective Equipment Tender
Supply of Workwear to Derbyshire County Council
Occupational Clothing and Personal Protection Equipment Tender
Personal Protective Equipment, Uniforms and Workwear Collaborative Framework – Welsh Government