web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Office furniture

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2016/S 116-205658/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Contract award notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Police Service of Northern Ireland
Postal address: c/o CPD Supplies and Services Division-Justice Sector, 303 Airport Road West
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom
Contact Person: Justice Sector Category Team
Email: justice.cpd@finance-ni.gov.uk
Nuts code: UK
Internet address(es):
Main address: www.psni.police.uk

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 Supply and Delivery of Furniture.
II.1.2) Main CPV code: 39130000
II.1.3) Type of contract Supplies
II.1.4) Short Description: PSNI carries out a diverse range of roles and functions. To allow police officers and staff to effectively perform these roles, they require the provision of furniture suitable to the range of functions carried out. The functions within each location may include offices, stores, dining rooms, changing rooms, custody suites, conference rooms etc. The range of furniture includes desks and tables, chairs, cabinets, lockers, storage racks etc. Whilst most of the items can be specified in advance, the contract will include the requirement for sourcing of individual products. Furniture is required to enable PSNI to comply with their statutory obligations in respect of the Health, Safety and Welfare of Police Officers and Police Staff in the course of their duties. If furniture was not available, officers and staff could not carry out their duties safely or effectively.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Lowest offer: 1000000.00/ Highest offer: 2000000.00 taken into consideration
Currency: GBP

II.2) Description
II.2.3) Place of performance
Nuts code: UKN
II.2.4) Description of the procurement
PSNI carries out a diverse range of roles and functions. To allow police officers and staff to effectively perform these roles, they require the provision of furniture suitable to the range of functions carried out. The functions within each location may include offices, stores, dining rooms, changing rooms, custody suites, conference rooms etc. The range of furniture includes desks and tables, chairs, cabinets, lockers, storage racks etc. Whilst most of the items can be specified in advance, the contract will include the requirement for sourcing of individual products. Furniture is required to enable PSNI to comply with their statutory obligations in respect of the Health, Safety and Welfare of Police Officers and Police Staff in the course of their duties. If furniture was not available, officers and staff could not carry out their duties safely or effectively.

II.2.5)Award criteria
Quality criterion – Name: Qualitative criteria full details in tender documentation/Weighting:50
Price – Weighting:50
II.2.11) Information about options
Options yes
Description of options: After 3 year initial period, one option to extend for 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 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:2015/S 238-431967
Section V: Award of contract
Contract No: 1
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2016-06-14
V.2.2) Information about tenders
Number of tenders received:3
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
Official name: Information withheld for security reasons
Town: Information withheld for security reasons
Country: United Kingdom
Nuts code: UK
The contractor is an SME yes

V.2.4) Information on value of the contract/lot(excluding VAT)
Lowest offer: 1000000.00/ Highest offer: 2000000.00 taken into consideration
Currency: GBP

Section VI: Complementary information
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
Town: The UK does not have any such bodies with responsibility for appeal/mediation procedures
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The following text was published in the Contract Notice for this competition. CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice:
2016-06-14