Contract notice

Information

Published

Expire date: 08/04/2024

External Reference: 2024-500434

FTS Reference: 2024-006323

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Police & Crime Commissioner for North Wales Police
n/a
Force Headquarters, Glan-y -don, Abergele Road,
Colwyn Bay, North Wales
LL29 8AW
UK
Contact person: James Parry
NUTS code:  UKL -  WALES
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=78214&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

Mounted Warning Equipment and Accessories
Reference number:  NWP.84003
II.1.2)

Main CPV code

34300000  -  Parts and accessories for vehicles and their engines
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

North Wales Police seeks:
A supplier to be able to be able to support/fix the existing mounted warning equipment
A supplier to be able to supply all mounted warning equipment
A supplier to be able to support/fix the new mounted warning equipment
A supplier to have robust warranty’s in place should the equipment fail
A supplier to be able to deliver the kit in a timely manner
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)

34300000  -  Parts and accessories for vehicles and their engines
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
Main site or place of performance:  
North Wales
II.2.4)

Description of the procurement

North Wales Police seeks:
A supplier to be able to be able to support/fix the existing mounted warning equipment
A supplier to be able to supply all mounted warning equipment
A supplier to be able to support/fix the new mounted warning equipment
A supplier to have robust warranty’s in place should the equipment fail
A supplier to be able to deliver the kit in a timely manner
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: 01/05/2024  /  End: 30/04/2026
This contract is subject to renewal: yes
Description of renewals:  
24 months subject to agreed terms and conditions.
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

The contract is for a 2-year period with the option to extend for a further 2 years subject to agreeing terms and conditions.
This contract will also be open to other emergency services (currently without commitment). As per published details in the Police and Constabulary Almanac. Official Register of Police Forces and Organisations in the United Kingdom.

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:  To be specified within the tender documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
To be specified within the tender documents.
Minimum level(s) of standards possibly required:  
Full independent financial background checks will be carried out prior to award of any contract.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
To be specified within the tender documents.
Minimum level(s) of standards possibly required:  
To be specified within the tender documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

To be specified within the tender documents.

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:  08/04/2024
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:  30/09/2024
IV.2.7)

Conditions for opening of tenders

Date:  08/04/2024
Local time:  12:00
Place:  
Electronically.
Information about authorised persons and opening procedure:  
Will be opened by legal services.

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

Legal Services
Force Headquarters
Colwyn Bay
LL29 8AW
UK