Award

ID 4418049 - PSNI - Supply and Delivery of Motorcycle Suits

PSNI - POLICE SERVICE OF NORTHERN IRELAND

This public procurement record has 2 releases in its history.

Award

07 May 2024 at 15:11

Tender

01 Jun 2023 at 15:30

Summary of the contracting process

The Police Service of Northern Ireland (PSNI) has recently awarded a contract for the supply and delivery of Motorcycle Suits. The procurement process involved the PSNI seeking textile motorcycle suits that meet specific standards to ensure officers' safety and comfort while on duty. The contract, also involving the Northern Ireland 'Driver and Vehicle Agency' (DVA), had a total value of 850,000.00 GBP and was signed on 2nd May 2024.

This tender presents an opportunity for businesses in the occupational clothing and safety gear industry. Companies specializing in providing protective gear, emergency equipment, and motorcycles may find this tender suitable for their expertise. The open procurement process allows for fair competition, with an emphasis on technical and design requirements, contract management, supply chain management, and overall cost criteria for potential suppliers.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

ID 4418049 - PSNI - Supply and Delivery of Motorcycle Suits

Notice Description

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.

Lot Information

Lot 1

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. Additional information: Contract ValueThe figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time.No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03d315
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014553-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

18 - Clothing, footwear, luggage articles and accessories

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment


CPV Codes

18100000 - Occupational clothing, special workwear and accessories

18110000 - Occupational clothing

18143000 - Protective gear

34410000 - Motorcycles

35100000 - Emergency and security equipment

35113400 - Protective and safety clothing

Notice Value(s)

Tender Value
£596,000 £500K-£1M
Lots Value
£596,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£850,000 £500K-£1M

Notice Dates

Publication Date
7 May 20241 years ago
Submission Deadline
3 Jul 2023Expired
Future Notice Date
Not specified
Award Date
1 May 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
PSNI - POLICE SERVICE OF NORTHERN IRELAND
Contact Name
Not specified
Contact Email
justice.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sandown
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

SUPPLIER INFORMATION WITHELD FOR SECURITY REASONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03d315-2024-05-07T16:11:22+01:00",
    "date": "2024-05-07T16:11:22+01:00",
    "ocid": "ocds-h6vhtk-03d315",
    "description": "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",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03d315",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 4418049 - PSNI - Supply and Delivery of Motorcycle Suits",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "18100000",
            "description": "Occupational clothing, special workwear and accessories"
        },
        "mainProcurementCategory": "goods",
        "description": "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.",
        "value": {
            "amount": 596000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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. Additional information: Contract ValueThe figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time.No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
                "value": {
                    "amount": 596000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1 Technical and Design Requirements",
                            "type": "quality",
                            "description": "36"
                        },
                        {
                            "name": "AC2 Contract Management and Quality Control",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "AC3 Supply Chain Management and Contingency",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "name": "AC4 Total Cost",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "18110000",
                        "description": "Occupational clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18143000",
                        "description": "Protective gear"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35113400",
                        "description": "Protective and safety clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35100000",
                        "description": "Emergency and security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34410000",
                        "description": "Motorcycles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-03T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-01-01T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2023-07-03T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2023-07-03T15:30:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015.. . The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
    },
    "parties": [
        {
            "id": "GB-FTS-84207",
            "name": "PSNI - Police Service of Northern Ireland",
            "identifier": {
                "legalName": "PSNI - Police Service of Northern Ireland"
            },
            "address": {
                "streetAddress": "c/o CPD, 303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-83106",
            "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 regarding alleged breaches of the Regulations.",
            "identifier": {
                "legalName": "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."
            },
            "address": {
                "locality": "The UK does not have any special review body with responsibility for appeal/mediation procedures",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-113042",
            "name": "PSNI - Police Service of Northern Ireland",
            "identifier": {
                "legalName": "PSNI - Police Service of Northern Ireland"
            },
            "address": {
                "streetAddress": "Brooklyn, 65 Knock Road",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT5 6LE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.psni.police.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-113043",
            "name": "Supplier information witheld for security reasons",
            "identifier": {
                "legalName": "Supplier information witheld for security reasons"
            },
            "address": {
                "locality": "N/A",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-20217",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
            "identifier": {
                "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-113042",
        "name": "PSNI - Police Service of Northern Ireland"
    },
    "language": "en",
    "awards": [
        {
            "id": "014553-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-113043",
                    "name": "Supplier information witheld for security reasons"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "014553-2024-1-1",
            "awardID": "014553-2024-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 850000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-02T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}