CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-004801/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: The Police Service of Northern Ireland
Postal address: c/o CPD, 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.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: ID 4715465 – PSNI – Supply Of Public Order Limb Protection
II.1.2) Main CPV code: 35113400
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Police Service of Northern Ireland (PSNI) has a responsibility to protect life and prevent the destruction of property. Members can be called on to restore public order and may become the target of rioters armed with various weapons and missiles including petrol bombs. PSNI has a duty of care to provide items of personal protective equipment appropriate to the needs of the officer – that would include Limb Protection items. PSNI now require a new contract for the purchase of Public Order Limb Protection items. The Contract will be for a period of five (5) years and will commence upon award.
II.1.5) Estimated total value:
Value excluding VAT: 650000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
18143000, 35200000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Police Service of Northern Ireland (PSNI) has a responsibility to protect life and prevent the destruction of property. Members can be called on to restore public order and may become the target of rioters armed with various weapons and missiles including petrol bombs. PSNI has a duty of care to provide items of personal protective equipment appropriate to the needs of the officer – that would include Limb Protection items. PSNI now require a new contract for the purchase of Public Order Limb Protection items. The Contract will be for a period of five (5) years and will commence upon award.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 650000.00 Currency: GBP
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: no
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

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: 2024-03-14 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:2024-09-10
IV.2.7) Conditions for opening tenders
Date: 2024-03-14 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
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. 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) Procedures for review
VI.4.1) Review body
Official name: 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.
Town: N/A
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 (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 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:2024-02-13

RELATED ARTICLES

April 21, 2026

Painter and minor repair services

Type of document: Contract Notice Country: Denmark Title: Painter and minor repair services Authority: UNDP Contract type: Tender Notice Description: Painter and minor repair services CPV:

April 20, 2026

FDIS - Bramcote External Refurbishments to 21 properties - FY2026/27 - Amey Central Region - West

Type of document: Contract Notice Country: United Kingdom 1. Title: FDIS – Bramcote External Refurbishments to 21 properties – FY2026/27 – Amey