Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
PSNI - Police Service of Northern Ireland
Brooklyn, 65 Knock Road
BELFAST
BT5 6LE
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.psni.police.uk/
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
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 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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
850 000.00
GBP
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
Quality criterion: AC1 Technical and Design Requirements
/ Weighting: 36
Quality criterion: AC2 Contract Management and Quality Control
/ Weighting: 15
Quality criterion: AC3 Supply Chain Management and Contingency
/ Weighting: 9
Cost criterion: AC4 Total Cost
/ Weighting: 40
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
II.2.14) Additional information
Contract ValueThe figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time.No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-015615
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
02/05/2024
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Supplier information witheld for security reasons
N/A
UK
E-mail: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 850 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015.. . The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
VI.5) Date of dispatch of this notice
07/05/2024