Contract notice

Information

Published

Date of dispatch of this notice: 10/02/2015

Expire date: 12/03/2015

External Reference: 2014-148571

TED Reference: 2015/S 031-051858

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Supplies

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Merseyside Police - Procurement Department
N/A
Police Headquarters, Canning Place
L1 8JX  Liverpool
UK
For the attention of: Andrew Street
Telephone: +44 1517771928
E-mail: Andrew.M.Street@merseyside.pnn.police.uk
Internet address(es):
General address of the contracting authority: http://www.merseyside.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/32215
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11607&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11607&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
All UK Police Forces, other Law Enforcement agencies and policing organisations.

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Production and Supply of Traditional Uniform Shirts

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:

    England and Wales

    NUTS code
    UNITED KINGDOM
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 1500000  GBP
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Police and Crime Commissioner for Merseyside wishes to award framework status to a single supplier for the production and supply of traditional uniform shirts. The shirts on this framework will be chiefly white in colour with a small requirement for blue and navy. The shirts are to be worn by Police Officers and Police Staff. For some forces traditional shirts are the garment of choice whilst for other forces they are secondary to other garments. Demand amongst participating forces therefore will vary.

    To be considered for framework status contractors are expected to demonstrate commercial advantage, stability, technical capacity and the ability to deliver the required goods and services competitively.

    The successful supplier must be able to produce a garment which is practical, comfortable and durable for all users and remains smart after regular use and frequent laundering.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    18100000   Occupational clothing, special workwear and accessories
    Supplementary vocabulary
    18110000   Occupational clothing
    18300000   Garments
    18330000   T-shirts and shirts
    18332000   Shirts
    35811200   Police uniforms
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The framework will be for a three year period with the option to extend for a further 12-months. No volumes or values are guaranteed however it is the intention that, apart from Cheshire Constabulary, all forces in the North West region will procure against this framework.

    The framework will also be open to other Police Forces nationally, other Law Enforcement agencies and other policing organisations. This includes but is not limited to those listed on the Home Office website at http://www.police.uk/forces

    The anticipated launch date for a National Uniform Managed Service (NUMS) falls during the initial contract term for this framework, but the timetable for forces to move to the new arrangement is not yet certain. NUMS may increase or reduce the scope of this framework in terms of volume, value and participating forces.

    Estimated cost excluding VAT: 1500000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    The right is reserved to require a parent company guarantee and/or suitable performance bond or bank guarantees as felt appropriate.

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Terms concerning financing and payment will be sent out with the invitaion to tender.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Joint and several liability.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please see PQQ.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see PQQ.

    Minimum level(s) of standards possibly required:

    Please see PQQ.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please see PQQ.

    Minimum level(s) of standards possibly required:

    Please see PQQ.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  6
    Objective criteria for choosing the limited number of candidates: 

    Please see PQQ.

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    PCCM/PD/042

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 06.03.2015 - 16:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    12.03.2015 - 16:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_ES]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    This tender process will be carried out using EU-Supply Bluelight, a third party e-tendering system. In order to express an interest and potentially tender for this opportunity you must first register your company details on the following website: https://uk.eu-supply.com

    There are no fees or subscription charges. Tender documentation will only be made available via EU-Supply Bluelight. There is no requirement to contact Merseyside Police Procurement Department or the Office of the Police and Crime Commissioner for Merseyside directly to express an interest in this opportunity.

    Supplier contact with Merseyside Police about any matter relating to this procurement must be made via the message section within EU-Supply Bluelight. No other methods of communication will receive a response. This applies to the whole period of the restricted tender process.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    The Police and Crime Commissioner for Merseyside will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, that will be for a minimum of ten calender days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations (SI 2006 No 5) provides for aggreived parties who have been harmed or who are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained