Contract notice

Information

Published

Date of dispatch of this notice: 09/05/2016

Expire date: 08/06/2016

External Reference: 2016-200860

TED Reference: 2016/S 090-161703

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

The Police and Crime Commissioner for West Yorkshire
n/a
Ploughland House,
62 George Street,   Wakefield, WF1 1DL
UK
For the attention of: Linda Barnes
Telephone: +44 1924206498
E-mail: linda.barnes@southyorks.pnn.police.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/36335
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16032&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16032&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Conversion Service for Protected Personnel Carrier (PPC)

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No1:  Maintenance and repair services
    Main site or location of works, place of delivery or of performance:

    West Yorkshire

    NUTS code
    YORKSHIRE AND THE HUMBER
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    West Yorkshire Police are seeking to find a supplier to carry out vehicle

    conversion requirements to deliver fit for purpose and compliant Marked

    Protected Personnel Carrier. All completed vehicles must meet all requirements

    under prevailing Construction and Use Regulations, Health & Safety, PUWER

    and best practice.

    The build specification relates to elements of the ACPO recommended

    specification; the build will be to this specification unless expressly stated as a

    West Yorkshire Requirement. Note that as the base vehicle has already been

    purchased, then those aspects of the specification have been removed.

    No part of the vehicle build (equipment or workmanship) should invalidate the

    vehicle manufacturer’s warranty. All equipment must comply with interior

    passenger protection legislation. The deployment of all or any airbags or other

    vehicle safety system should not be compromised.

    The fitment of equipment should minimise the interference to existing ergonomics

    of vehicle design, for example it should not make any reduction to potential air

    flow through the centre vents. The fitment should not reduce the driver’s vision

    through the front screen nor should the functionality of the existing switches or

    controls be affected.

    In any case:

    • The final product should not interfere with or compromise in any way the

    vehicle in meeting any of the following previously established standards (see

    below).

    • The vehicle build must not prevent any maintenance of the vehicle and

    allow for ease of access to vehicle bulbs and other critical areas.

    • All materials fitted to the external aspect of the vehicle to be flame

    retardant; details to be provided.

    • On award, West Yorkshire Police will require a detailed specification of

    the proposed build, design drawings and material samples (e.g. interior

    panelling).

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50117000   Vehicle conversion and reconditioning services
    Supplementary vocabulary
    50117100   Motor vehicle conversion services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    West Yorkshire Police is seeking to find a supplier to carry out vehicle conversion requirements to deliver fit for purpose and compliant Marked Protected Personnel Carrier. All completed vehicles must meet all requirements under prevailing Construction and Use Regulations, Health & Safety, PUWER and best practice.

    Estimated cost excluding VAT: 700000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 036 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    1227 - 2015

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    08.06.2016 - 14:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    [DurationDays]: 090 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no