Contract notice

Information

Published

Date of dispatch of this notice: 04/05/2017

Expire date: 17/05/2017

External Reference: 2017-806034

TED Reference: 2017/S 088-171524

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

South West Police Procurement Department (SWPPD)
N/A
Middlemoor
Exeter
EX2 7HQ
UK
Contact person: David Wilson
Telephone: +44 01392225657
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20017&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply of Ballistic Shields
Reference number:  186F
II.1.2)

Main CPV code

35200000  -  Police equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Forces require Ballistic Shields to be carried on Armed Response Vehicles in order to meet the risks identified within both National and Local threat level assessments via respective Strategic Threat & Risk Assessment's (STRA's).
In addition to their personal ballistic armour (a separate requirement) officers may make use of portable ballistic shields.
Accordingly, Forces require scalable protection, up to and including various combinations of BPL "Ballistic Protection Level" in the form of half and full shields in a modular option.
This opportunity is a National Framework open to all Police Forces in the U.K including British Transport Police and Civil Nuclear Constabulary. This will be a single supplier framework.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

35200000  -  Police equipment
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Forces require Ballistic Shields to be carried on Armed Response Vehicles in order to meet the risks identified within both National and Local threat level assessments via respective Strategic Threat & Risk Assessment's (STRA's).
The role of Policing is to detect and prevent harm to the public and in order to do this, Police Forces deploy both general and specialist armed officers to combat threats. In conducting these roles, officers may be required to face armed assailants and thus require protection from ballistic threats such as crossbows, small arms, rifles, automatic rifles and shotguns. In addition to their personal ballistic armour (a separate requirement) officers may make use of portable ballistic shields.
Accordingly, Forces require scalable protection, up to and including various combinations of BPL "Ballistic Protection Level" in the form of half and full shields in a modular option.
This opportunity is a National Framework open to all Police Forces in the U.K including British Transport Police and Civil Nuclear Constabulary. This will be a single supplier framework.
This opportunity is being run under accelerated open procedure due to current STRA. Please download the attached documents and review fully. The ITT provides all the information about the framework and the company questionnaire's to complete. The 'Conemp' Excel document contains all the technical data, user requirements and price.
Bidders should follow the guidance within the ITT and the Guide tab of the Conemp.
It should be noted that although it looks complex, the sections for bidders to complete are clearly marked and straight forward.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
one extension of 12 months.
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

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
Accelerated procedure
Justification:  
This opportunity is being run under accelerated open procedure due to current Strategic Threat & Risk Assessment.
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.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:  17/05/2017
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 2  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  17/05/2017
Local time:  17:00

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

Individual Forces will enter Supply Agreements under this Framework and will be responsible for their own ordering and payment.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
London
UK

VI.5)

Date of dispatch of this notice

04/05/2017