Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PSNI — Supply and Delivery of Motorcycle Helmets

  • First published: 03 July 2019
  • Last modified: 03 July 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
PSNI - Police Service of Northern Ireland
Authority ID:
AA29123
Publication date:
03 July 2019
Deadline date:
07 August 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

In order to effectively carry out policing within Northern Ireland, PSNI utilises many patrolling models and many forms of transport — this includes the use of motorcycles by uniformed officers. To enable such officers to perform those duties, they must have adequate items of personal protective wear which includes appropriate helmets to provide protection in the event of a collision. The quantity of items required by PSNI each year indicates that a contract is required for the procurement for the following products:

— Police Motorcycle Helmet — Flip Front,

— Police Motorcycle Helmet — Full Faced,

— Pinlock Insert (Anti Fog),

— Replacement Visor.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Police Service of Northern Ireland

c/o 303 Airport Road West

Belfast

BT3 9ED

UK

Contact person: Justice.CPDfinance-ni.gov.uk

E-mail: Justice.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

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

PSNI — Supply and Delivery of Motorcycle Helmets

Reference number: ID 2193040

II.1.2) Main CPV code

35200000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

In order to effectively carry out policing within Northern Ireland, PSNI utilises many patrolling models and many forms of transport — this includes the use of motorcycles by uniformed officers. To enable such officers to perform those duties, they must have adequate items of personal protective wear which includes appropriate helmets to provide protection in the event of a collision. The quantity of items required by PSNI each year indicates that a contract is required for the procurement for the following products:

— Police Motorcycle Helmet — Flip Front,

— Police Motorcycle Helmet — Full Faced,

— Pinlock Insert (Anti Fog),

— Replacement Visor.

II.1.5) Estimated total value

Value excluding VAT: 134 020.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

18444100

18444000

18000000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

In order to effectively carry out policing within Northern Ireland, PSNI utilises many patrolling models and many forms of transport — this includes the use of motorcycles by uniformed officers. To enable such officers to perform those duties, they must have adequate items of personal protective wear which includes appropriate helmets to provide protection in the event of a collision. The quantity of items required by PSNI each year indicates that a contract is required for the procurement for the following products:

— Police Motorcycle Helmet — Flip Front,

— Police Motorcycle Helmet — Full Faced,

— Pinlock Insert (Anti Fog),

— Replacement Visor.

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: 134 020.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

3 year initial period with an option to extend for 2 years.

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: Yes

Description of options:

3 year initial period with an option to extend for 2 years.

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/08/2019

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: 05/11/2019

IV.2.7) Conditions for opening of tenders

Date: 07/08/2019

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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) Procedures for review

VI.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures

N/A

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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

01/07/2019

Coding

Commodity categories

ID Title Parent category
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
35200000 Police equipment Security, fire-fighting, police and defence equipment
18444000 Protective headgear Hats and headgear
18444100 Safety headgear Protective headgear

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Justice.CPD@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.