Contract notice

Information

Published

Date of dispatch of this notice: 05/01/2018

Expire date: 05/02/2018

External Reference: 2018-223680

TED Reference: 2018/S 005-006541

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for West Yorkshire
n/a
Ploughland House,
West Yorkshire, WF1 1DL
62 George Street, Wa
UK
Contact person: Iain Dunn
Telephone: +44 1924206492
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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=22527&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

National Police Air Service (NPAS) - Weather Hardware Equipment
Reference number:  1635 - 2017
II.1.2)

Main CPV code

38127000  -  Weather stations
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The contract is for the upgrade or replacement of weather hardware equipment at all NPAS bases. This will include the costs of the initial replacement / upgrade and will also include an ongoing maintenance element for the servicing and calibration of the equipment..
II.1.5)

Estimated total value

Value excluding VAT: 185000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

38127000  -  Weather stations
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
West Yorkshire, WF1 1DL
II.2.4)

Description of the procurement

The contract is for the upgrade or replacement of weather hardware equipment at all NPAS bases. This will include the costs of the initial replacement / upgrade and will also include an ongoing maintenance element for the servicing and calibration of the equipment..
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: 185000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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
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:  05/02/2018
Local time:  12:00
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  05/02/2018
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Yorkshire and the Humber Regional Procurement
Unit d, 41 Industrial Estate
Wakefield
WF2 0XH
UK