By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

T1494 supply, maintenance and disposal of PSU Riot Shields.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Devon & Cornwall Constabulary
Procurement Department, Procurement Dept, Police Headquarters, Middlemoor
Contact point(s): Mrs Gemma Hawkins
For the attention of: Mrs Gemma Hawkins
EX2 7HQ Exeter
UNITED KINGDOM
Telephone: +44 1392223236
E-mail:

Further information can be obtained from: Devon and Cornwall Police Authority
Endeavour House Woodwater Park Pynes Hill
EX2 5WH Exeter
UNITED KINGDOM
Fax: +44 1392452834
Internet address: www.bluelight.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Devon and Cornwall Police Authority
Endeavour House Woodwater Park Pynes Hill
EX2 5WH Exeter
UNITED KINGDOM
Fax: +44 1392452834

Tenders or requests to participate must be sent to: Devon and Cornwall Police Authority
Endeavour House Woodwater Park Pynes Hill
EX2 5WH Exeter
UNITED KINGDOM
Fax: +44 1392452834

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: emergency service
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
T1494 supply, maintenance and disposal of PSU Riot Shields.
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: Devon and Cornwall Police.
Police Headquarters.
Middlemoor.
Exeter.
Devon.
United Kingdon.
EX2 7HQ.
NUTS code
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

Duration of the framework agreement

Duration in months: 36

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
The supply of PSU Riot Shields, the maintenance and repair of PSU Riot Shields and the recycling of PSU Riot Shields. Any bidder bidding for this contract should be able to provide all 3 elements. The framework will include long, intermediate and round shields, full specifications will be in the ITT.
II.1.6)Common procurement vocabulary (CPV)

35220000, 35000000, 35200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Evaluation criteria will be detailed in the ITT.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
T1494
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: 30.1.2012 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.1.2012 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Devon & Cornwall Police Authority.

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

Suppliers who wish to participate in this procurement should express an interest, on or after 8.12.2011 via the Authority's e-tendering system, www.bluelight.gov.uk and follow links to Devon and Cornwall Police. Suppliers will then be able to download the ITT document for completion.

It is the intention to award the framework to one operator, however if it is apparent following evaluations that a single operator is able to provide all types of shields required, two or more operators may be awarded the framework.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court of England, Wales & Northern Ireland
UNITED KINGDOM

Body responsible for mediation procedures

High Court of England and Wales
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract to the tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into applicants have 2 working days from notification of the award decision to request additional debriefing and that information has to be provided within a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from the address in section I.1.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI2206 No 5), (for public sector) provides aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months) where a contract has not been entered into the court may order the setting aside of the award damages. If the contract has been entered into the court may award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
6.12.2011