
Market Leads & Opportunities
United Kingdom-BELFAST: ID 3531772 – PSNI – Supply and Delivery of Moulded Hearing Protection and Communication Sets
Type of document: Contract award
Country: United Kingdom
Publication Ref: (2023/S 000-007129/EN)
Nature of contract: Supply contract
Procedure: Open 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
Town: BELFAST
Country: United Kingdom
Email: justice.cpd@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
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: ID 3531772 – PSNI – Supply and Delivery of Moulded Hearing Protection and Communication Sets
II.1.2) Main CPV code: 32500000
II.1.3) Type of contract Supplies
II.1.4) Short Description: PSNI has a Duty of Care to provide suitable items of Health and Safety equipment to its members. Many Officers are required to work in conditions where there are increased noise levels, such as Motorcycle duties, Public Order duties and Weapon training. The PSNI has identified that within these particular areas the noise levels are above the recommended safe levels. PSNI seek a Contractor for the supply and delivery of Moulded Hearing Protection and Communication Sets to ensure a continued supply of specified products, agreed by PSNI Technical Research Officer and Information and Communication Services (ICS) to meet PSNI needs. The appointed Contractor must have the capability to provide a quality product and service. The Contractor must have the flexibility to meet future changing demand, and to work in partnership with the PSNI to ensure service deliverables are met.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:2563300.00
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 32500000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement
PSNI has a Duty of Care to provide suitable items of Health and Safety equipment to its members. Many Officers are required to work in conditions where there are increased noise levels, such as Motorcycle duties, Public Order duties and Weapon training. The PSNI has identified that within these particular areas the noise levels are above the recommended safe levels. PSNI seek a Contractor for the supply and delivery of Moulded Hearing Protection and Communication Sets to ensure a continued supply of specified products, agreed by PSNI Technical Research Officer and Information and Communication Services (ICS) to meet PSNI needs. The appointed Contractor must have the capability to provide a quality product and service. The Contractor must have the flexibility to meet future changing demand, and to work in partnership with the PSNI to ensure service deliverables are met.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract term is comprised of an initial period of 3 years with the option to extend for a further period of up to 24 months.
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.1.3) 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:2022/S 000-004747
Section V: Award of contract
Contract No: 1
Title: ID 3531772 – PSNI – Supply and Delivery of Moulded Hearing Protection and Communication Sets
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2023-03-09
V.2.2) Information about tenders
Number of tenders received:1
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:1
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Withheld for security reasons
Town: Withheld for security reasons
Country: United Kingdom
Email: justice.cpd@finance-ni.gov.uk
Nuts code:
Internet address:
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: 1683613.00
Total value of the contract/lot:2563300.00
Currency:GBP
Section VI: Complementary information
VI.3) Additional information:
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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years.
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.
VI.5) Date of dispatch of this notice:
2023-03-10
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> > - 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.> > - 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> >