
Market Leads & Opportunities
United Kingdom-Belfast: PSNI — Vehicle Ballistic Glass
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2021/S 133-355180/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Not applicable
Contract award notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Police Service of Northern Ireland
Postal address: C/O 303 Airport Road West
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom
Email: Justice.cpd@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PSNI — Vehicle Ballistic Glass
II.1.2) Main CPV code: 14820000
II.1.3) Type of contract Supplies
II.1.4) Short Description: PSNI require a contractor to manufacture and deliver vehicle ballistic glass which will be fitted to PSNI Armoured fleet vehicles, either as primary or secondary ballistic screens.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:1000000.00
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 35000000
Main CPV code: 35412400
Main CPV code: 34100000
II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement
PSNI require a contractor to manufacture and deliver vehicle ballistic glass which will be fitted to PSNI Armoured fleet vehicles, either as primary or secondary ballistic screens.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract will commence on award of contract for a duration of three (3) years.The client may, no later than 6 months prior to the Initial contract period expiry date, give notice in writing to the contractor to invite the contractor to agree to extend the contract for any period up to and including two periods of 12 months commencing from the initial contract period expiry date.
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: The figure in II.1.7) is a maximum estimated contract value. No guarantee is given as to the value of work to be placed throughout the lifetime of this contract.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the 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:2020/S 024-055272
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:2021-06-28
V.2.2) Information about tenders
Number of tenders received:2
Number of tenders received from SMEs:1
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:1
Number of tenders received by electronic means:2
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: This information is withheld for security reasons
Town: Belfast
Country: United Kingdom
Email: justice.cpd@finance-ni.gov.uk
Nuts code: UK
Internet address:
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot: 1000000.00
Currency: GBP
Section VI: Complementary information
VI.3) Additional information:
The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 certificate of unsatisfactory performance and the contract may be terminated. The issue of a certificate 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 12 months from the date of issue of the certificate. 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) contract(s) in respect of any part(s) of the [services] covered by this notice; and
IV. to award contract(s) in stages and in no circumstances will the authority be liable for any costs incurred by candidates…
VI.4) Procedures for review
VI.4.1) Review body
Official name: 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.
Town: Belfast
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2021-07-08
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> >