Contract notice

Information

Published

Date of dispatch of this notice: 29/07/2019

Expire date: 11/09/2019

External Reference: 2019-511472

TED Reference: 2019/S 146-359060

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,
Wakefield
WF1 1DL
UK
Contact person: Matt Lowe
Telephone: +44 7824083796
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=22559&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

Specialist Armoured Vehicle
Reference number:  1669-2017
II.1.2)

Main CPV code

35412000  -  Armoured combat vehicles
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Multi purpose specialist armoured vehicle with ballistic protection.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

35412000  -  Armoured combat vehicles
II.2.3)

Place of performance

Main site or place of performance:  
West Yorkshire, WF1 1DL
II.2.4)

Description of the procurement

The aim of this requirement is to provide a route to market for UK police Forces to purchase the general construction and fitting out of a multi purpose specialist armoured vehicle with ballistic protection for use by any Police Force as listed. The Framework is intended to be used by West Yorkshire Police and other Framework Participants who will discuss their exact requirements including any of the optional/desirable items listed as and when they enter into a Call-off Contract.
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: 8000000.00  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.1.3)

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:  10/09/2019
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

Tender must be valid until:  02/01/2020
IV.2.7)

Conditions for opening of tenders

Date:  10/09/2019
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

FRAMEWORK PARTICIPANTS
Police Forces in the United Kingdom
http://www.police.uk/
Police Forces and Special Police Forces in the United Kingdom, and/or Police and Crime Commissioners (as defined by the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests.
Scottish Police
http://www.scottish.police.uk/
Police Service of Northern Ireland
http://www.police-information.co.uk/police-directory/view.php?id=31&page=0&cat=6&subcat=31&subsubcat=0
UK Border Force
https://www.gov.uk/government/organisations/uk-border-agency
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 PCC for West Yorkshire
62 George Street
Wakefield
WF1 1DL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

The PCC for South Yorkshire
Carbrook House
Sheffield
S9 2EH
UK