Contract notice

Information

Published

Expire date: 09/01/2023

External Reference: 2022-531171

FTS Reference: 2022-029968

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

BlueLight Commercial
12517649
Lloyd House, Colmore Circus Queensway
Birmingham
B4 6FG
UK
Contact person: Dan Spicer
Telephone: +44 7929759971
Fax: +44 7929759971
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=53195&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

Framework for the Provision of Uniform All Climate Shirts (ACS)
Reference number:  BLC-Operations-0079
II.1.2)

Main CPV code

35811200  -  Police uniforms
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Provision of Uniform All Climate Shirts (ACS) in two styles, standard and Hybrid for use in various Police environments from frontline policing to police staff and administrative roles.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Provision of Uniform All Climate Shirts (ACS)
Lot No:  1
II.2.2)

Additional CPV code(s)

18330000  -  T-shirts and shirts
18331000  -  T-shirts
18332000  -  Shirts
18333000  -  Polo shirts
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Birmingham
II.2.4)

Description of the procurement

Provision of Uniform all Climate Shirts (ACS) in two styles, standard and Hybrid for use in various Police environments from frontline policing to police staff and administrative roles.
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: 6000000.00  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
II.2.14)

Additional information

Submissions must be made via the EU Supply Portal
This framework is open to Police Forces and Special Police Forces in the United Kingdom, Police and Crime Commissioners and the Police Authorities, Serious Organised Crime, Police Public Order and Criminal Justice. For a full list of participants go to Section 6 of the ITT
II.2)

Description

II.2.1)

Title

Lot 2 - Provision of Hybrid Uniform All Climate Shirts (ACS)
Lot No:  2
II.2.2)

Additional CPV code(s)

18330000  -  T-shirts and shirts
18331000  -  T-shirts
18332000  -  Shirts
18333000  -  Polo shirts
35811200  -  Police uniforms
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Birmingham
II.2.4)

Description of the procurement

Provision of Uniform all Climate Shirts (ACS) in two styles, standard and Hybrid for use in various Police environments from frontline policing to police staff and administrative roles.
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: 2000000.00  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
II.2.14)

Additional information

Submissions must be made via the EU Supply Portal
This framework is open to Police Forces and Special Police Forces in the United Kingdom, Police and Crime Commissioners and the Police Authorities, Serious Organised Crime, Police Public Order and Criminal Justice. For a full list of participants go to Section 6 of the ITT

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 several operators
Envisaged maximum number of participants to the framework agreement:  2
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:  23/11/2022
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  23/11/2022
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.4)

Procedures for review

VI.4.1)

Review body

British High Court of Justice
Royal Courts of Justice
Strand, London
WC2A 2LL
UK