Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Police Service of Northern Ireland
c/o 303 Airport Road West
Belfast
BT3 9ED
UK
Person cyswllt: justice.CPDfinance-ni.gov.uk
E-bost: justice.CPD@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Trefn a diogelwch cyhoeddus
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
PSNI: Supply and Delivery of Aviation Helmets and Headsets
Cyfeirnod: ID 2304985
II.1.2) Prif god CPV
18444110
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
PSNI require a contract for the supply and delivery of Aviation Helmets and Headsets to include subsequent service and repair. These items are needed to protect officers and support staff from the potential impact of head injury due to sudden movement manoeuvres or direct impact and additionally the headsets will provide hearing protection and direct communications with ground staff and air traffic controllers. Currently there are 60 members of the Air support unit that will require use of these items and the contract will provide for this usage along with a requirement for additional staff over time and non-ASU personnel using this service. The contract shall be divided into 2 lots:
Lot 1: Aviation Helmets (including local service and repair at PSNI premises); and
Lot 2: Aviation Headsets (to be compatible with the Helmet).
Contractors can bid for 1 or 2 lots, but must be able to provide all items within each lot tendered for.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 208 700.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 2 lotiau
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Aviation Helmets (Including Service and Repair)
II.2.2) Cod(au) CPV ychwanegol
18444110
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
PSNI require a contract for the supply and delivery of Aviation Helmets and Headsets to include subsequent service and repair. These items are needed to protect officers and support staff from the potential impact of head injury due to sudden movement manoeuvres or direct impact and additionally the Headsets will provide hearing protection and direct communications with ground staff and air traffic controllers. Currently there are 60 members of the Air support unit that will require use of these items and the contract will provide for this usage along with a requirement for additional staff over time and non-ASU personnel using this service. The contract shall be divided into 2 lots:
Lot 1: Aviation Helmets (including local service and repair at PSNI premises); and
Lot 2: Aviation Headsets (to be compatible with the Helmet).
Contractors can bid for 1 or 2 lots, but must be able to provide all items within each lot tendered for.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 208 700.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
3 years with the option to extend for a further 2 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
3 years with the option to extend for a further 2 years.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Aviation Headsets
II.2.2) Cod(au) CPV ychwanegol
18444110
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
PSNI require a contract for the supply and delivery of Aviation Helmets and Headsets to include subsequent service and repair. These items are needed to protect officers and support staff from the potential impact of head injury due to sudden movement manoeuvres or direct impact and additionally the Headsets will provide hearing protection and direct communications with ground staff and air traffic controllers. Currently there are 60 members of the Air support unit that will require use of these items and the contract will provide for this usage along with a requirement for additional staff over time and non-ASU personnel using this service. The contract shall be divided into 2 lots:
Lot 1: Aviation Helmets (including local service and repair at PSNI premises); and
Lot 2: Aviation Headsets (to be compatible with the Helmet).
Contractors can bid for 1 or 2 lots, but must be able to provide all items within each lot tendered for.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 208 700.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
3 years with the option to extend for a further 2 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
3 years with the option to extend for a further 2 years.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
23/08/2019
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
21/11/2019
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
23/08/2019
Amser lleol: 15:30
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
Contract monitoring: the successful contractor's performance 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 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 a notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and a 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 3 years from the date of issue of the notice.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The UK does not have any such bodies with responsibility for appeal/mediation procedures
N/A
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures. CPD will comply with the Public Contracts Regulations 2015 and where appropriate, will incorporate standstill period (i.e. a minimum of 10 calendar days) at the point information on award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
02/07/2019