Section one: Contracting authority
one.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
Contact
June Northcote
june.northcote@scotland.pnn.police.uk
Telephone
+44 7867153789
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762
one.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
procurementtenders@scotland.pnn.police.uk
Telephone
+44 7717878917
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762
one.1) Name and addresses
Scottish Prison Service
Calton House, 5 Redheughs Rigg
Edinburgh
EH12 9HW
SPSProcurementCDT@sps.pnn.gov.uk
Telephone
+44 1313303790
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform(Scoltand).
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Supply and Delivery of Handcuffs, Temporary and Alternative Restraint Equipment
Reference number
PROC21-1144
two.1.2) Main CPV code
- 35230000 - Handcuffs
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Scottish Police Authority intends to establish a Framework on behalf of Police Scotland and the Scottish Prison Service for the Supply and Delivery of rigid handcuffs, temporary restraint equipment and alternative type of wrist restraint system to rigid handcuffs, such as straps and soft cuffs.
two.1.5) Estimated total value
Value excluding VAT: £180,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Rigid Handcuffs
Lot No
1
two.2.2) Additional CPV code(s)
- 35230000 - Handcuffs
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Scottish Police Authority intends to establish a framework on behalf of Police Scotland and The Sottish Prison Service for the Supply and Delivery of rigid handcuffs, temporary restraint equipment and alternative type of wrist restraint system to rigid handcuffs, such as straps and soft cuffs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
one extension up to 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Straps
Lot No
2
two.2.2) Additional CPV code(s)
- 35230000 - Handcuffs
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Scottish Police Authority intends to establish a framework on behalf of Police Scotland and the Sottish Prison Service for the Supply and Delivery of rigid handcuffs, temporary restraint equipment and alternative type of wrist restraint system to rigid handcuffs, such as straps and soft cuffs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Softcuffs
Lot No
3
two.2.2) Additional CPV code(s)
- 35230000 - Handcuffs
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Scottish Police Authority intends to establish a framework on behalf of Police Scotland and the Sottish Prison Service for the Supply and Delivery of rigid handcuffs, temporary restraint equipment and alternative type of wrist restraint system to rigid handcuffs, such as straps and soft cuffs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.1.2) Economic and financial standing
List and brief description of selection criteria
It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded
Contract, indicated below:
SPD Question 4B5 Insurances
Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers
may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy
numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies.
Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to
provide a copy of their current Public Liability Insurance certificate.
Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to
provide a copy of their current Professional Indemnity Insurance certificate.
SPD Question 4B6 Financial Standing
The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the
assessment of the Tenderer’s economic and financial standing. Tenders are asked to provide their company number within the SPD to
allow the Authority to access a Credit Safe Report.
Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a
company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business
failure, the submission will not be considered further.
If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you
from this contract. It is the Contractor’s responsibility to ensure that the information held by Credit Safe is accurate and up to date.
For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to
ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start
companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider
abbreviated accounts along with bankers references etc.
Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe
and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in
rejection of your submission.
IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a
bankers reference if successful.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers are required to provide three examples of providing similar products to other police authorities in the last 3
years. The examples provided must be relating to comparable tenders in value and type to the contract being procured.
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 November 2021
Local time
12:00pm
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
19 November 2021
Local time
12:30pm
Place
Glasgow
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 1st March 2025
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19508. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:664964)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carton Place
Glasgow
G5 9DA
Telephone
+44 1414185247
Country
United Kingdom