Tender

Framework Agreement for the Supply and Delivery of Handcuffs, Temporary and Alternative Restraint Equipment

  • Scottish Police Authority
  • Scottish Police Authority
  • Scottish Prison Service

F02: Contract notice

Notice identifier: 2021/S 000-025849

Procurement identifier (OCID): ocds-h6vhtk-02ec66

Published 15 October 2021, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Police Authority

1 Pacific Quay, 2nd Floor

Glasgow

G51 1DZ

Contact

June Northcote

Email

june.northcote@scotland.pnn.police.uk

Telephone

+44 7867153789

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.spa.police.uk

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

Email

procurementtenders@scotland.pnn.police.uk

Telephone

+44 7717878917

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.spa.police.uk

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

Email

SPSProcurementCDT@sps.pnn.gov.uk

Telephone

+44 1313303790

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.sps.gov.uk

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