Provision of Armoured Vehicles
The principal aim of the arrangement will be to enable supply of one vehicle to the Kent Police and Crime Commissioner (Framework Agreement).
United Kingdom-Maidstone: Special-purpose motor vehicles
2016/S 106-189076
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Kent Police
Kent Police HQ
For the attention of: Golding Jenny
ME15 9BZ Maidstone
United Kingdom
Telephone: +44 147436650
E-mail: jenny.golding@kent.pnn.police.uk
Fax: +44 147436650
Internet address(es):
General address of the contracting authority: www.kent.police.uk
Electronic access to information: www.kentpolice.bravosolution.co.uk
Electronic submission of tenders and requests to participate: www.kentpolice.bravosolution.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Kent Police
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: The principal aim of the arrangement will be to enable supply of one vehicle to the Kent Police and Crime Commissioner at the following address: Kent Police, Transport service, Unit 4a, Priory Park, Mills Road, Aylesford Kent, ME20 7PP.
The benefit of any framework arrangement established shall however be available for use by other named forces as a Framework Agreement and they (the Police and Crime Commissioners (or their agents) of the forces as the contracting authorities) will have the option, at their sole discretion, to utilise the arrangement to contract in their own right.
There may be potential other sites in the United Kingdom if the Framework Agreement is taken up by other forces during its term. Whilst no other forces have given any commitment whatsoever to use the Framework Agreement, The Police and Crime Commissioners and/or the Chief Constables (the contracting authorities) of the following Forces have asked to be named as potential users (Named Authorities) of the Framework Agreement during its term: Essex, Hertfordshire, Bedfordshire, Cambridgeshire, Norfolk, Suffolk.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Justification for a framework agreement, the duration of which exceeds four years: This is for an initial term of 36 months with the option to extend for 12 months.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 280 000 and 2 240 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
34144000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The benefit of any framework arrangement established shall however be available for use by other named forces as a Framework Agreement and they (the Police and Crime Commissioners (or their agents) of the forces as the contracting authorities) will have the option, at their sole discretion, to utilise the arrangement to contract in their own right.
There may be potential other sites in the United Kingdom if the Framework Agreement is taken up by other forces during its term. Whilst no other forces have given any commitment whatsoever to use the Framework Agreement, The Police and Crime Commissioners and/or the Chief Constables (the contracting authorities) of the following Forces have asked to be named as potential users (Named Authorities) of the Framework Agreement during its term: Essex, Hertfordshire, Bedfordshire, Cambridgeshire, Norfolk, Suffolk.
Estimated value excluding VAT:
Range: between 280 000 and 2 240 000 GBP
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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: Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://kentpolice.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure). 2. Express an Interest in the tender — Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content. — Click the ‘Express Interest’ button at the top of the page. — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box 3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Price. Weighting 30
3. Delivery performance
4. Risk
5. Overall cost effectiveness
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.3)Additional information
All documentation must be completed in English. All correspondence and any demonstrations will be conducted in English. The contracting authority reserves the right not to make any award and reserves the right to accept all or part of any tender unless the tenderer expressly stipulates otherwise in the tender.
The freedom of Information Act (FOIA) 2000 applies to this Contracting Authority. If any tenderer considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity specified. In such cases the relevant material will, in response to FOI requests, be examined in light of exemptions provided for in the Act.
VI.4.1)Body responsible for appeal procedures
High Court
Strand
WC2A 2LL London
United Kingdom
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
PSNI Managed Vehicle Recovery Service
Van Purchase – Request for Quotation
Collaborative Framework to Supply Vehicle Telematics System