Market Leads & Opportunities
United Kingdom-Belfast: PSNI Eyesight and Hearing Protection Products
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2018/S 187-422210/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
Section I: Contracting authority
I.1) Name and addresses
Official name: Police Service of Northern Ireland
Postal address: c/o Central Procurement Directorate, 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:
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: PSNI Eyesight and Hearing Protection Products
Reference number: ID 1037027
II.1.2) Main CPV code: 33735100
II.1.3) Type of contract Supplies
II.1.4) Short Description: The Police Service of Northern Ireland has a responsibility to protect life, preserve order, prevent crime and secure justice as set out in Section 32 of the Police (Northern Ireland) Act 2000. There is also a requirement under Health and Safety legislation to provide suitable items of personal protective equipment. To effectively carry out their normal duties, PSNI officers are issued with firearms — both in a personal protection capacity and for use in operational situations. To effectively use those weapons, officers must be suitably trained. It is PSNI’s responsibility to issue suitable personal protective items to provide protection for eyesight and hearing during firearms training of all officers/student officers and operationally for those designated as specialist firearms officers.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:569800.00
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 18444000
II.2.3) Place of performance
Nuts code: UKN
Main site or place of performance:PSNI Seapark, 151 Belfast Road, Carrickfergus, Northern Ireland, BT38 8PL
II.2.4) Description of the procurement
The Police Service of Northern Ireland has a responsibility to protect life, preserve order, prevent crime and secure justice as set out in Section 32 of the Police (Northern Ireland) Act 2000. There is also a requirement under Health and Safety legislation to provide suitable items of personal protective equipment. To effectively carry out their normal duties, PSNI officers are issued with firearms — both in a personal protection capacity and for use in operational situations. To effectively use those weapons, officers must be suitably trained. It is PSNI’s responsibility to issue suitable personal protective items to provide protection for eyesight and hearing during firearms training of all officers/student officers and operationally for those designated as specialist firearms officers.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 3 year initial period + 2 year extension 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 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:2017/S 157-325032
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:2018-09-25
V.2.2) Information about tenders
Number of tenders received:5
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)
Initial estimated total value of the contract/lot: 657000.00
Total value of the contract/lot:569800.00
Currency:GBP
Section VI: Complementary information
VI.3) Additional information:
The successful Contractor’s performance on this Contract will be managed as per specification and regularly monitored see Procurement Guidance Note 01/12 Contract Management: 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 Central Procurement Directorate 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 Notice of Written Warning and Notice of Unsatisfactory Performance and this Contract may be terminated. The issue of a Notice of Written Warning and Notice 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 up to three years from the date of issue of the Notice.
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.4.2) Body responsible for mediation procedures
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 UK does not have any such bodies with responsibility for appeal/mediation procedures.
VI.5) Date of dispatch of this notice:
2018-09-25
More Opportunties
- Polypropylene food containers, film and free-on-loan sealing machines
16 Dec 25
Synchronicity Care Limited (SCL) T/A CDD Services have awarded a contract to Burlodge Ltd for provision of polypropylene food containers, film and free-on-loan sealing machines via call-off without competition through NHS Supply Chain Catering Consumables> > - 3D Printer and Software
16 Dec 25
Closed below threshold tender for 3 quotation exercise or 3D printer software & hardware for use within podiatry department.> > - 25100 Cambridgeshire County Council Duplicate Payment Software
16 Dec 25
This is an award notice following the Cambridgeshire County Council (CCC) procurement process seeking a Duplicate Payment Checker solution on behalf of the four Partners and two Council owned customers. The solutions are used within Accounts Payable where> >
