Contract notice

Information

Published

Expire date: 30/06/2022

External Reference: 2022-548854

FTS Reference: 2022-014991

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Sandra Sumner
Telephone: +44 1606366838
NUTS code:  UKD6 -  Cheshire
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=47343&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

Carbine Weapon System and Warranty Services
Reference number:  CPA/SPU/1782P
II.1.2)

Main CPV code

35300000  -  Weapons, ammunition and associated parts
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (PCC) is seeking expressions of interest from companies able to supply a Carbine Weapon System and Warranty Services for use by the Cheshire and North Wales Firearms Alliance.
The Alliance is a collaboration between Cheshire Constabulary and North Wales Police Armed Response Units.
The two Forces merged their retrospective Armed Response Units in 2014, with a total of three operational ARV bases.
The ITT is in the form of an Online Questionnaire where Tenderers must complete both the Quality & Price criterions. Scenario based weapon testing will be carried in August 2022 and Tenderers must be able to supply 1 (or up to a maximum of 3 Carbines) for testing and delivered by the dates specified in the ITT.
The Contract will be in place for three [3] years with the option to extend for a further one [1] year.
Full requirements can be found in the online ITT Questionnaire and documentation provided in the Documents Folder.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

35300000  -  Weapons, ammunition and associated parts
II.2.3)

Place of performance

NUTS code:  UKD6 -  Cheshire
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Winsford. CW7 2UA
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) is seeking expressions of interest from companies able to supply a Carbine Weapon System and Warranty Services for use by the Cheshire and North Wales Firearms Alliance.
The Alliance is a collaboration between Cheshire Constabulary and North Wales Police Armed Response Units.
The two Forces merged their retrospective Armed Response Units in 2014, with a total of three operational ARV bases.
The ITT is in the form of an Online Questionnaire where Tenderers must complete both the Quality & Price criterions. Scenario based weapon testing will be carried in August 2022 and Tenderers must be able to supply 1 (or up to a maximum of 3 Carbines) for testing and delivered by the dates specified in the ITT.
The Contract will be in place for three [3] years with the option to extend for a further one [1] year.
Full requirements can be found in the online ITT Questionnaire and documentation provided in the Documents Folder.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60%
Cost criterion  -  Name:  Price  /  Weighting:  40%
II.2.6)

Estimated value

Value excluding VAT: 500000.00  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:  
Optional one [1] year extension to extend Contract until September 18th 2026
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There is a one [1] year option to extend the Contract to September 18th 2026. .
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:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender 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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/06/2022
Local time:  10:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  30/06/2022
Local time:  10:00

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.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK