Tender

Carbine Weapon System and Warranty Services

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2022/S 000-014991

Procurement identifier (OCID): ocds-h6vhtk-034135

Published 27 May 2022, 8:27pm



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

Email

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

http://www.cheshire.police.uk

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