Contract notice

Information

Published

Date of dispatch of this notice: 02/08/2019

Expire date: 04/09/2019

External Reference: 2019-568476

TED Reference: 2019/S 150-369028

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for South Yorkshire
n/a
South Yorkshire Police HQ, Carbrook House, 5 Carbrook Hall Road
Sheffield, South Yorkshire
S9 2EH
UK
Contact person: Andy Balmond
Telephone: +44 1924294918
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=29251&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

Replacement installation & maintenance of new target turning systems
Reference number:  1829-2018
II.1.2)

Main CPV code

35210000  -  Targets for shooting practice
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Supply and install new target turning equipment to 4 ranges at Doncaster firearms range. Disposal of old equipment. Provision of 5 year maintenance agreement for the new equipment on conclusion of the guarantee period.
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

35210000  -  Targets for shooting practice
II.2.3)

Place of performance

Main site or place of performance:  
Doncaster area
II.2.4)

Description of the procurement

Install new target turning equipment to 4 ranges at Doncaster firearms range. Disposal of old equipment. Provision of 5 year maintenance agreement for the new equipment on conclusion of the guarantee period.
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: 200000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 25/11/2019  /  End: 24/01/2020
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
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
II.2.14)

Additional information

The project solution will need to demonstrate that it works and is easy to use by those operating the systems prior to any contract being awarded.

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:  Track record of supplying and installing target practice systems for similar organisations. Possession of any accreditations to meet legislation. Health & safety accreditions
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Sufficient capital to deliver a scheme of this nature.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Timely delivery of the project to fit around established training arrangements on the site.

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:  04/09/2019
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:  04/09/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk

VI.4.2)

Body responsible for mediation procedures

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK