Contract notice

Information

Published

Date of dispatch of this notice: 01/02/2019

Expire date: 20/03/2019

External Reference: 2019-544207

TED Reference: 2019/S 025-055868

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of the Police and Crime Commissioner for Suffolk
N/A
Police Headquarters, Portal Avenue
Ipswich, IP5 3QS
Martlesham Heath
UK
Contact person: Stephen Perrins
Telephone: +44 1473613627
Internet address(es):
The Office of the Police and Crime Commissioner for Norfolk
OCC
Wymondham
NR18 0WW
UK
Contact person: Stephen Perrins
Internet address(es):
Main address: www.norfolk.police.uk

The Police and Crime Commissioner for Cambridgeshire
PO Box 688
Huntingdon
PE29 9LA
UK
Internet address(es):
Main address: www.cambs.police.uk

The Police and Crime Commissioner for Hertfordshire
15 Vaughan Road
Harpenden
AL5 4GZ
UK
Internet address(es):
Main address: www.herts.police.uk

The Bedfordshire Police and Crime Commissioner
Woburn Road
Kempston
MK43 9AX
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
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=26001&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

Provision of Off Site Storage Services
Reference number:  2018-060
II.1.2)

Main CPV code

63120000  -  Storage and warehousing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The requirement is for long term off site storage services for the following Police Forces;
Suffolk Constabulary, Norfolk Constabulary, Hertfordshire Constabulary, Bedfordshire Police, Cambridgeshire Constabulary. Further details are contained within the ITT.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

63100000  -  Cargo handling and storage services
63121000  -  Storage and retrieval services
63121100  -  Storage services
II.2.4)

Description of the procurement

Provision of Off Site Storage Services for the Suffolk Police and Crime Commissioner, Officer of the Police and Crime Commissioner for Norfolk, Police and Crime Commissioner (PCC) for Bedfordshire, PCC for Cambridgeshire, PCC for Hertfordshire. Procurement will be led by the Suffolk and Norfolk Joint Procurement Department.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 240
This contract is subject to renewal: yes
Description of renewals:  
Contract duration shall be 20 years with appropriate break clauses inserted at 5 year intervals.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  List and brief description of conditions:
Reference to these matters, where applicable, are within the tender documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Criteria as stated in the procurement documents.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Reference to these matters, where applicable, are within the tender documents.

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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/12/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  25/12/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2038
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000

VI.4.2)

Body responsible for mediation procedures

PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055