Section one: Contracting authority
one.1) Name and addresses
Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
Contact
Sandra Sumner
sandra.sumner@cheshire.police.uk
Telephone
+44 1606366838
Country
United Kingdom
NUTS code
UKD6 - Cheshire
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47343&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Carbine Weapon System and Warranty Services
Reference number
CPA/SPU/1782P
two.1.2) Main CPV code
- 35300000 - Weapons, ammunition and associated parts
two.1.3) Type of contract
Supplies
two.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.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35300000 - Weapons, ammunition and associated parts
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
- UK - United Kingdom
Main site or place of performance
Winsford. CW7 2UA
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Price / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £500,000
two.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
two.2.10) Information about variants
Variants will be accepted: No
two.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. .
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.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
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 June 2022
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
30 June 2022
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
Manchester
Country
United Kingdom