Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
PSNI - Police Service of Northern Ireland
c/o CPD, 303 Airport Road West
BELFAST
BT3 9ED
UK
E-bost: justice.cpd@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://etendersni.gov.uk/epps
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
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
ID 4418049 - PSNI - Supply and Delivery of Motorcycle Suits
II.1.2) Prif god CPV
18100000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
To effectively carry out policing within Northern Ireland, PSNI utilises many patrolling models and many forms of transport. This includes the use of motorcycles by uniformed officers. To enable such officers to perform those duties, they must have adequate items of personal protective equipment; this includes wearing a Suit (Jacket and Trousers). PSNI have historically purchased leather jackets and trousers. Active police motorcyclists have expressed an interest in an alternative product in order to provide additional comfort and provide waterproofing. PSNI now seek to purchase textile motorcycle suits which meet the standards BS EN 13595 Level 2 or EN 17092 Class AAA with the addition of conformance to The Cambridge Standard for Motorcyclist Clothing, issue 2, level 3. As both products must be interactive, the appointed Contractor is required to supply both items (Jackets and Trousers). The Northern Ireland 'Driver and Vehicle Agency' (DVA) will also call off this Contract for the supply and delivery of Motorcycle Suits (Jacket and Trousers). DVA products are the same as those to be purchased by PSNI except the badging will be different. Please refer to the ‘Technical Specification’ and ‘Contract Specification’ for further information on the contract requirements.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 596 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
18110000
18143000
35113400
35100000
34410000
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
To effectively carry out policing within Northern Ireland, PSNI utilises many patrolling models and many forms of transport. This includes the use of motorcycles by uniformed officers. To enable such officers to perform those duties, they must have adequate items of personal protective equipment; this includes wearing a Suit (Jacket and Trousers). PSNI have historically purchased leather jackets and trousers. Active police motorcyclists have expressed an interest in an alternative product in order to provide additional comfort and provide waterproofing. PSNI now seek to purchase textile motorcycle suits which meet the standards BS EN 13595 Level 2 or EN 17092 Class AAA with the addition of conformance to The Cambridge Standard for Motorcyclist Clothing, issue 2, level 3. As both products must be interactive, the appointed Contractor is required to supply both items (Jackets and Trousers). The Northern Ireland 'Driver and Vehicle Agency' (DVA) will also call off this Contract for the supply and delivery of Motorcycle Suits (Jacket and Trousers). DVA products are the same as those to be purchased by PSNI except the badging will be different. Please refer to the ‘Technical Specification’ and ‘Contract Specification’ for further information on the contract requirements.
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: 596 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Na
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:
Na
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 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:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
03/07/2023
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:
01/01/2024
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
03/07/2023
Amser lleol: 15:30
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
The estimated contract values are broad estimates only, include additional quantum for unforeseen demand and to future proof. for additional potential users. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or. uptake. No compensation will be payable to a contractor should the actual demand be less than that stated. 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 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 3 years from the date of issue of the notice. 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 contracts in respect of any part(s) of the services covered by this. notice and (iv) to award contract(s) in stages. And under no circumstances will the authority be liable for any costs incurred by Candidates
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The UK does not have any special review body with responsibility for appeal/ mediation procedures in public procurement competitions. Instead, any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Regulations.
The UK does not have any special review body with responsibility for appeal/mediation procedures
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
CPD will comply with the Public Contracts Regulations 2015 (as amended). and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the 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
01/06/2023