CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 088-210332/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

Section I: Contracting authority
I.1) Name and addresses
Official name: Police Service of Northern Ireland
Postal address: c/o Construction and Procurement Delivery, Clare House, 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:
Official name: Department of Justice NI
Postal address: Block B, Castle Buildings
Town: Belfast
Postal code: BT4 3SG
Country: United Kingdom
Email: justice.cpd@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.2) Joint Procurement:
The contract involves joint procurement
The contract is awarded by central purchasing body
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:
electronically via:
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 Integrated Body Armour System
II.1.2) Main CPV code: 35815000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Police Service of Northern Ireland (PSNI) is legally bound under health and safety legislation to continually assess officers and support staff safety and operational risk in respect of their protective equipment. Internal research conducted within PSNI has identified the need to re-design the current the technical specification for body armour to meet operational and health and safety requirements. Given the nature of policing within Northern Ireland, any police officer can be directed to undertake frontline operational duties when they are required to wear some form of body armour, depending on the nature of their duty and the threat level at that time. Therefore any purchase of body armour by PSNI is made specifically to protect Officers and Support Staff from the potential impact of a gunshot or knife attack which could possibly lead to injury or a threat to life.
II.1.5) Estimated total value:
Value excluding VAT: 10000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
II.2) Description
II.2.1) Title: Integrated Body Armour System (IBAS) and Pouches

Lot No:1
II.2.2) Additional CPV code(s)
35815000

II.2.3) Place of performance
Nuts code: UKN
Main site or place of performance:PSNI Seapark, Carrickfergus, NORTHERN IRELAND.
II.2.4) Description of the procurement:
The Police Service of Northern Ireland (PSNI) is legally bound under health and safety legislation to continually assess officers and support staff safety and operational risk in respect of their protective equipment. Internal research conducted within PSNI has identified the need to re-design the current the technical specification for body armour to meet operational and health and safety requirements. Given the nature of policing within Northern Ireland, any police officer can be directed to undertake frontline operational duties when they are required to wear some form of body armour, depending on the nature of their duty and the threat level at that time. Therefore any purchase of body armour by PSNI is made specifically to protect officers and support staff from the potential impact of a gunshot or knife attack which could possibly lead to injury or a threat to life.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 9300000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
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: 60 months initial period + 2 x 24 months extensions + 1 x 12-month extension.

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: Covert Integrated Body Armour System (IBAS)

Lot No:2
II.2.2) Additional CPV code(s)
35815000

II.2.3) Place of performance
Nuts code: UKN
Main site or place of performance:PSNI Seapark, Carrickfergus, NORTHERN IRELAND.
II.2.4) Description of the procurement:
The Police Service of Northern Ireland (PSNI) is legally bound under health and safety legislation to continually assess officers and support staff safety and operational risk in respect of their protective equipment. Internal research conducted within PSNI has identified the need to re-design the current the technical specification for body armour to meet operational and health and safety requirements. Given the nature of policing within Northern Ireland, any police officer can be directed to undertake frontline operational duties when they are required to wear some form of body armour, depending on the nature of their duty and the threat level at that time. Therefore any purchase of body armour by PSNI is made specifically to protect officers and support staff from the potential impact of a gunshot or knife attack which could possibly lead to injury or a threat to life.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 200000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
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: 60 months initial period + 2 x 24 months extensions + 1 x 12-month extension.

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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2019/S 024-052040
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-06-14 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:2019-10-12
IV.2.7) Conditions for opening tenders
Date: 2019-06-14 Local time: 15:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Since this is a demand-led requirement, neither CPD nor PSNI can provide any guarantee as to the level of business under this contract.
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 12 months 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) contract(s) 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) 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:2019-05-02

RELATED ARTICLES

June 1, 2025

Kontoriseadmete toonerikassettide ostmine raamlepinguga

Type of document: Country: Estonia OJEU Ref: (2025/S 103-00349984/EN) Nature of contract: 00349984-2025 – Competition Estonia – 30237310 – Kontoriseadmete toonerikassettide ostmine raamlepinguga 1. Buyer 1.1.

June 1, 2025

Vigala alajaama 110/20/10 kV 16 MVA jõutrafo ostmine ja paigaldamine (LC1397)

Type of document: Country: Estonia OJEU Ref: (2025/S 103-00349559/EN) Nature of contract: 00349559-2025 – Competition Estonia – 31170000 – Vigala alajaama 110/20/10 kV 16