Contract notice
Section I: Contracting
authority
I.1) Name and addresses
PSNI - Police Service of Northern Ireland
C/O CPD - 303 Airport Road West
BELFAST
BT3 9ED
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 4632506 - PSNI - Supply and Delivery of Shooting Targets and Ancillary Items
II.1.2) Main CPV code
35210000
II.1.3) Type of contract
Supplies
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. This will involve the deployment of officers who have an obligation to protect into a high threat environment. Officers may face the threat of a criminal use of firearms or explosives. In order to meet the obligations of the Police Service, officers must also be trained in a realistic manner. This will include the use of targets for various scenarios when firearms training on indoor and outdoor weapon ranges.
II.1.5) Estimated total value
Value excluding VAT:
193 700.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35210000
II.2.3) Place of performance
NUTS code:
UKN
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. This will involve the deployment of officers who have an obligation to protect into a high threat environment. Officers may face the threat of a criminal use of firearms or explosives. In order to meet the obligations of the Police Service, officers must also be trained in a realistic manner. This will include the use of targets for various scenarios when firearms training on indoor and outdoor weapon ranges.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
193 700.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/03/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
11/09/2024
IV.2.7) Conditions for opening of tenders
Date:
15/03/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Since this is a demand-led requirement, neither CPD nor PSNI can provide any guarantee as to the level of business under this contract.. The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof. for additional potential users. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or. uptake. No compensation will be payable to a contractor should the actual demand be less than that stated. 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 notice of written warning and notice of unsatisfactory performance, and this contract may be terminated.. The issue of a notice of written warning and 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. 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 contracts in respect of any part(s) of the services covered. by this notice and (iv) to award contract(s) in. stages. And under no circumstances will the authority be liable for any costs incurred by. Candidates.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.
N/A
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
PD will comply with the Public Contracts Regulations 2015 (as amended) 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
14/02/2024