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 Aviation Helmets and Headsets
Reference number: ID 2304985
II.1.2) Main CPV code
18444110
II.1.3) Type of contract
Supplies
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
Value excluding VAT:
208 700.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Aviation Helmets (Including Service and Repair)
II.2.2) Additional CPV code(s)
18444110
II.2.3) Place of performance
NUTS code:
UKN
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
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:
208 700.00
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 years with the option to extend for a further 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 years with the option to extend for a further 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
Lot No: 2
II.2.1) Title
Aviation Headsets
II.2.2) Additional CPV code(s)
18444110
II.2.3) Place of performance
NUTS code:
UKN
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
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:
208 700.00
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 years with the option to extend for a further 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 years with the option to extend for a further 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:
23/08/2019
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:
21/11/2019
IV.2.7) Conditions for opening of tenders
Date:
23/08/2019
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
02/07/2019