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

ID 4418049 - PSNI - Supply and Delivery of Motorcycle Suits

  • First published: 02 June 2023
  • Last modified: 02 June 2023

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:
ocds-h6vhtk-03d315
Published by:
PSNI - Police Service of Northern Ireland
Authority ID:
AA29123
Publication date:
02 June 2023
Deadline date:
03 July 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 equipment; this includes wearing a Suit (Jacket and Trousers). PSNI have historically purchased leather jackets and trousers. Active police motorcyclists have expressed an interest in an alternative product in order to provide additional comfort and provide waterproofing. PSNI now seek to purchase textile motorcycle suits which meet the standards BS EN 13595 Level 2 or EN 17092 Class AAA with the addition of conformance to The Cambridge Standard for Motorcyclist Clothing, issue 2, level 3. As both products must be interactive, the appointed Contractor is required to supply both items (Jackets and Trousers). The Northern Ireland 'Driver and Vehicle Agency' (DVA) will also call off this Contract for the supply and delivery of Motorcycle Suits (Jacket and Trousers). DVA products are the same as those to be purchased by PSNI except the badging will be different. Please refer to the ‘Technical Specification’ and ‘Contract Specification’ for further information on the contract requirements.

Full notice text

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

Access to the procurement documents is restricted. Further information can be obtained at:

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ID 4418049 - PSNI - Supply and Delivery of Motorcycle Suits

II.1.2) Main CPV code

18100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

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 equipment; this includes wearing a Suit (Jacket and Trousers). PSNI have historically purchased leather jackets and trousers. Active police motorcyclists have expressed an interest in an alternative product in order to provide additional comfort and provide waterproofing. PSNI now seek to purchase textile motorcycle suits which meet the standards BS EN 13595 Level 2 or EN 17092 Class AAA with the addition of conformance to The Cambridge Standard for Motorcyclist Clothing, issue 2, level 3. As both products must be interactive, the appointed Contractor is required to supply both items (Jackets and Trousers). The Northern Ireland 'Driver and Vehicle Agency' (DVA) will also call off this Contract for the supply and delivery of Motorcycle Suits (Jacket and Trousers). DVA products are the same as those to be purchased by PSNI except the badging will be different. Please refer to the ‘Technical Specification’ and ‘Contract Specification’ for further information on the contract requirements.

II.1.5) Estimated total value

Value excluding VAT: 596 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

18110000

18143000

35113400

35100000

34410000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

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 equipment; this includes wearing a Suit (Jacket and Trousers). PSNI have historically purchased leather jackets and trousers. Active police motorcyclists have expressed an interest in an alternative product in order to provide additional comfort and provide waterproofing. PSNI now seek to purchase textile motorcycle suits which meet the standards BS EN 13595 Level 2 or EN 17092 Class AAA with the addition of conformance to The Cambridge Standard for Motorcyclist Clothing, issue 2, level 3. As both products must be interactive, the appointed Contractor is required to supply both items (Jackets and Trousers). The Northern Ireland 'Driver and Vehicle Agency' (DVA) will also call off this Contract for the supply and delivery of Motorcycle Suits (Jacket and Trousers). DVA products are the same as those to be purchased by PSNI except the badging will be different. Please refer to the ‘Technical Specification’ and ‘Contract Specification’ for further information on the contract requirements.

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: 596 000.00  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: 03/07/2023

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: 01/01/2024

IV.2.7) Conditions for opening of tenders

Date: 03/07/2023

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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 regarding alleged breaches of the Regulations.

The UK does not have any special review body with responsibility for appeal/mediation procedures

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

CPD 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 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

01/06/2023

Coding

Commodity categories

ID Title Parent category
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
34410000 Motorcycles Motorcycles, bicycles and sidecars
18110000 Occupational clothing Occupational clothing, special workwear and accessories
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
35113400 Protective and safety clothing Safety equipment
18143000 Protective gear Workwear accessories

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.