web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Police uniforms

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 006-008244/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract 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 Central Procurement Directorate — 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:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned 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: PSNI Supply and Delivery of Operational Coveralls.

Reference number: CFT 531378
II.1.2) Main CPV code: 35811200
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Police Service of Northern Ireland. PSNI. requires a range of 4 coveralls:
— Public Order Flame Retardant Coveralls: used by Tactical Support Groups, and are designed to reduce the effect of flame and heat related injuries during public order situations.
— Flame Retardant Tactical Coveralls: used by Special Operations Branches for training purposes, and are designed to reduce the effect of flame and heat related injuries and use with pyrotechnics.
— Tactical Coveralls: used for day-to-day operational purposes by Special Operations Branches.
— Flight Suits: used by Air Support Unit and are issued to both pilots and observation staff.
II.1.5) Estimated total value:
Value excluding VAT: 2400000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Public Order Flame Retardant Coveralls

Lot No:1
II.2.2) Additional CPV code(s)
35113400

II.2.3) Place of performance
Nuts code: UKN02
II.2.4) Description of the procurement:
The Police Service of Northern Ireland. PSNI. requires a range of 4 coveralls:
— Public Order Flame Retardant Coveralls: used by Tactical Support Groups, and are designed to reduce the effect of flame and heat related injuries during public order situations.
— Flame Retardant Tactical Coveralls: used by Special Operations Branches for training purposes, and are designed to reduce the effect of flame and heat related injuries and use with pyrotechnics.
— Tactical Coveralls: used for day-to-day operational purposes by Special Operations Branches.
— Flight Suits: used by Air Support Unit and are issued to both pilots and observation staff.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 yes
Description of options: 3 year initial period + 2 year option.

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.2.1) Title: Tactical Coveralls and Flame Retardant Tactical Coveralls

Lot No:2
II.2.2) Additional CPV code(s)
35113400

II.2.3) Place of performance
Nuts code: UKN02
II.2.4) Description of the procurement:
The Police Service of Northern Ireland. PSNI. requires a range of 4 coveralls:
— Public Order Flame Retardant Coveralls: used by Tactical Support Groups, and are designed to reduce the effect of flame and heat related injuries during public order situations.
— Flame Retardant Tactical Coveralls: used by Special Operations Branches for training purposes, and are designed to reduce the effect of flame and heat related injuries and use with pyrotechnics.
— Tactical Coveralls: used for day-to-day operational purposes by Special Operations Branches.
— Flight Suits: used by Air Support Unit and are issued to both pilots and observation staff.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 yes
Description of options: 3 year initial period + 2 year option.

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.2.1) Title: Flight Suits

Lot No:3
II.2.2) Additional CPV code(s)
35113400

II.2.3) Place of performance
Nuts code: UKN02
II.2.4) Description of the procurement:
The Police Service of Northern Ireland. PSNI. requires a range of 4 coveralls:
— Public Order Flame Retardant Coveralls: used by Tactical Support Groups, and are designed to reduce the effect of flame and heat related injuries during public order situations.
— Flame Retardant Tactical Coveralls: used by Special Operations Branches for training purposes, and are designed to reduce the effect of flame and heat related injuries and use with pyrotechnics.
— Tactical Coveralls: used for day-to-day operational purposes by Special Operations Branches.
— Flight Suits: used by Air Support Unit and are issued to both pilots and observation staff.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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 yes
Description of options: 3 year initial period + 2 year option.

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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-02-14 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 tender must maintain the tender
Tender must be valid until:2017-06-14
IV.2.7) Conditions for opening tenders
Date: 2017-02-14 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 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 supplies 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.
Town: Not applicable
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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:2017-01-06