National Framework for Public Order Clothing and Equipment
Lot 1: A multi-supplier lot for the provision of Public Order Gloves; Lot 2: A multi-supplier lot for the provision of Public Order Helmet; Lot 3: A multi-supplier lot for the provision of Public Order Headover.
United Kingdom-London: Police equipment
2015/S 062-108021
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Secretary of State for the Home Department
2 Marsham Street
For the attention of: Roberta Ashfield
SW1P 4DF London
UNITED KINGDOM
E-mail: supplier@ccs.gsi.gov.uk, eenablement@ccs.gsi.gov.uk, roberta.ashfield@homeoffice.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://homeoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinet.gov.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
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: Primarily in the UK.
NUTS code UKZ
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 18
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 3 000 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Home Office will enter into a framework agreement called the National Framework Agreement for the Supply and Delivery of Public Order Clothing and Equipment with winning bidders and the Contracting Authorities will call off their requirements using the terms and conditions under the Framework. The Framework agreement is for a period of 24 months (until July 2017) with a 12 month extension option (until July 2018). This activity is in parallel to the UK Police National Uniformed Managed Service (NUMS) requirements currently being tendered by the Metropolitan Police Service and is complementary to the National Uniforms Strategy.
There is no guarantee of volumes of work under this Framework, Contracting Authorities will decide whether they wish to draw equipment from this Framework.
The goods within the scope of this Framework Agreement for Public Order Clothing and Equipment have been divided into 6 lots:
Lot 1: A multi-supplier lot for the provision of Public Order Gloves;
Lot 2: A multi-supplier lot for the provision of Public Order Helmet;
Lot 3: A multi-supplier lot for the provision of Public Order Headover;
Lot 4: A multi-supplier lot for the provision of Public Order Overalls;
Lot 5: A multi-supplier lot for the provision of Public Order Boots;
Lot 6: A multi-supplier lot for the provision of Public Order Limb Guards/Protectors.
Bidders will need to be prepared to meet all costs associated with bidding, including the submission of technical/commercial documentation and the provision of equipment to enable a robust evaluation, and any other reasonable requests to expediate the submission and evaluation of bids. Bidders will need to respond to Home Office requirements to provide 6 samples, per style submitted per lot of Public Order Equipment (and one pair UK size 9 gloves if submitting a response for the gloves lot; and one pair of UK size 8 boots if submitting a response for the boots lot; and 1 headover to fit head size 620 mm if submitting a response for headover lot) as part of the evaluation process.
Bidders can submit for 1 or more lots, with 1 or more style per lot and each submission will be evaluated and scored separately against each lot that a Bidder has submitted a bid against. Bidders can be awarded more than 1 lot.
It is anticipated that a maximum of 3 (three) Bidders will be awarded a place on each lot. The highest scoring top 3 (three) Bidders (per lot) will be awarded a place on that lot.
The procurement is for the supply and delivery of Public Order Clothing and Equipment needed primarily by police forces to provide protection whilst carrying out an operational Public Order role. The equipment submitted will need to meet specific BSI, Home Office technical specifications (or equivalent) which are detailed within the supporting ITT documentation. A number of criteria are of such significance that there are minimum requirements that Bidders have to achieve in order to be considered for the Framework Agreement for the Supply and Delivery of Public Order Clothing and Equipment.
II.1.6)Common procurement vocabulary (CPV)
35200000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1: Multi-supplier lot for Public Order Gloves.
Lot 2: Multi-supplier lot for Public Order Helmet.
Lot 3: Multi-supplier lot for Public Order Headover.
Lot 4: Multi-supplier lot for Public Order Overalls.
Lot 5: Multi-supplier lot for Public Order Boots.
Lot 6: Multi-supplier lot for Public Order Guards/Protectors.
A Bidder can submit for 1 or more lots and Bidders may be awarded more than 1 lot.
Estimated value excluding VAT:
Range: between 3 000 000 and 5 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Lot 1 — Public Order Gloves
1)Short description
Bidder must be certified or actively seeking certification to BS 7971-6:2003 Type 2 or an equivalent standard for product(s) being submitted under this lot.
Bidder must be certified or actively seeking certification to a relevant quality assurance standard e.g. ISO 9001 or equivalent.
2)Common procurement vocabulary (CPV)
35200000
3)Quantity or scope
5)Additional information about lots
Lot No: 2Lot title: Lot 2 — Public Order Helmet
1)Short description
Bidder must be certified or actively seeking certification to PSDB Protective Headwear Standard for UK police (2004)-Public Order Helmets for product(s) being submitted under this lot.
Bidder must be certified or actively seeking certification to a relevant quality assurance standard e.g. ISO 9001 or equivalent.
2)Common procurement vocabulary (CPV)
35200000
3)Quantity or scope
5)Additional information about lots
Lot No: 3Lot title: Lot 3 — Public Order Headover
1)Short description
Bidder must be certified or actively seeking certification to ISO 15025:2002 procedure A or equivalent for product(s) being submitted under this lot.
Bidder must be certified or actively seeking certification to ISO 9001 or equivalent.
2)Common procurement vocabulary (CPV)
35200000
3)Quantity or scope
Lot No: 4Lot title: Lot 4 — Public Order Overalls
1)Short description
Bidder must be certified or actively seeking certification to HOSDB Flame Retardant Overalls Standard for UK Police (2008) 89/08 plus enhanced Tensile Strength after exposure to heat (section 6.8.3)- require tensile strength after exposure >_450N or BS7971-10:2014 for product(s) being submitted under this lot.
Bidder must be certified or actively seeking certification to a relevant quality assurance standard e.g. ISO 9001 or equivalent.
2)Common procurement vocabulary (CPV)
35000000
3)Quantity or scope
5)Additional information about lots
Lot No: 5Lot title: Lot 5 — Public Order Boots
1)Short description
Bidder must be certified or actively seeking certification to BS7971-5:2004 Type 2, Performance level 5 for product(s) being submitted under this lot.
Bidder must be certified or actively seeking certification to a relevant quality assurance standard e.g. ISO 9001 or equivalent.
2)Common procurement vocabulary (CPV)
35200000
3)Quantity or scope
5)Additional information about lots
Lot No: 6Lot title: Lot 6 — Public Order Guards/Protectors
1)Short description
Bidder must be certified or actively seeking certification to HOSDB Blunt Trauma Protector Standard for UK police (2007) for product(s) being submitted under this lot.
Male and female genital blunt trauma protectors shall conform to BS EN 13277-5. Female breast protectors shall conform to BS EN 13227-6 or an equivalent standard for product(s) being submitted under this lot.
Bidder must be certified or actively seeking certification to a relevant quality assurance standard e.g. ISO 9001 or equivalent.
2)Common procurement vocabulary (CPV)
35200000
3)Quantity or scope
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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: Bidders will be accessed in accordance with the Public Contracts Regulations 2015, on the basis of information provided in response to an Invitation to Tender (‘ITT’). Information and formalities necessary for evaluating if requirements are met: See Guidance for Bidders in relation to the ITT.
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite. This can be done online athttps://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Registration for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
It should be noted that it may take up to 10 working days for Dun and Bradstreet to respond with a DUNS number.
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailingroberta.ashfield@homeoffice.gsi.gov.uk any time up to, but not later than 15.5.2015 in order to ensure that they are assigned to the correct procurement.
Your email should be entitled ‘National Framework Agreement for the Supply and Delivery of Public Order Clothing & Equipment’ — and must clearly state; the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk: Freephone +44 3450103503, email:supplier@ccs.gsi.gov.uk
Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
See Guidance for Bidders in relation to the ITT.
The ITT can be accessed at:https://ccsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
III.2.3)Technical capacity
Bidders will be accessed in accordance with the Public Contracts Regulations 2015, on the basis of information provided in response to an ITT.
See the Guidance for Bidders in relation to the ITT.
The ITT can be accessed at: https://ccsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
1) Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document, and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Home Office. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:
2) The Home Office expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Home Office be liable for any costs incurred by the Bidders. If the Home Office decides to enter into a Framework Agreement with successful supplier(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expediture, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework Agreement between the supplier(s) and the specific requesting other contracting body. The Home Office and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
3) Electronic ordering, invoicing and payment may be used by Contracting Authorities under this framework agreement.
4) The duration referenced in Section II.1.4 is for the placing of orders. The Authority may extend the duration of this Framework Agreement for a further 12 month period from the expiry of the initial Framework Agreement period of 2 years.
5) The value provided in Section II.1.4 is only an estimate. The Home Office cannot guarantee to suppliers any business through this Framework Agreement.
6) The Home Office intends to establish a framework agreement for the Supply and Delivery of Public Order Clothing & Equipment for use by the following UK public sector bodies (and any future statutory successors to these organisations and organisations created as a result of re-organisation or organisational changes); The framework is primarily intended for Police Force use which includes all territorial and specialist forces in England, Wales, N. Ireland, Scotland and Channel Islands, including National Crime Agency, College of Policing, Ministry of Justice, Border Force, Prison Service alongside Fire & Rescue Authorities and other law enforcement agencies, all Police and Crime Commissioners and Police Authorities and successor bodies in the UK. However, the framework agreement shall also be available for use by all UK public sector bodies (as defined in the Public Contracts Regulations 2015)and their Agencies (a list of Executive Agencies can be found athttp://www.cabinetoffice.gov.uk/sites/default/files/resources/lmr110311.pdf and Non Departmental Public Bodies (NDPB’s link provided below). Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:http://www.ons.gov.uk/ons/rel/na-classification/national-accounts-sector-classification/index.html
Local Authorities
http://openlylocal.com/councils/all
NDPBs
https://www.gov.uk/government/organisations
Police Forces in the United Kingdom
http://www.police.uk/view=force_sites
http://apccs.police.uk/about-the-apcc/
Fire and Rescue Services in the United Kingdom
http://www.fireservice.co.uk/information/ukfrs
http://www.nifrs.org/areas-districts/
http://firscotland.gov.uk/your-area.aspx
The framework agreement will be available for use by any Scottish Public Sector Body; The Authority; Scottish Non-Departmental Public Bodies; Offices in the Scottish Administration which are not ministerial offices; cross-border public authorities within the meaning of section 88 (5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint Police boards, or any successor, Police Scotland, National Police or Fire Authority.
7) The Contracting Authorities reserve the right to procure some of their needs for Public Order Clothing & Equipment outside of this procurement exercise.
8) Bidders will be expected to provide 6 samples (per style, per lot) of equipment as part of their bid submission (and one pair of UK size 9 gloves if submitting a response for gloves lot; and one pair of UK size 8 boots if submitting a response for boots lot; and 1 headover to fit a head size of 620 mm if submitting a response for headover lot), which are required for wearer trials. Further details on this requirement and relating to assessment details have been provided within ITT documentation). These ‘samples’ of Public Order Clothing and Equipment are to be provided free of charge as part of the Bidders submission for this procurement activity.
9) The Home Office uses an eSourcing tool kit to enable its sourcing activities to be conducted over the internet. Therefore, this procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at https://ccsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at:
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
It should be noted that it may take up to 10 working days for Dun and Bradstreet to respond with a DUNS number.
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailingroberta.ashfield@homeoffice.gsi.gov.uk any time up to, but not later than 15.5.2015 in order to ensure that they are assigned to the correct procurement.
Your email should be entitled ‘National Framework Agreement for the Supply and Delivery of Public Order Clothing & Equipment’ — and must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Suite please contact the Crown Commercial Service Helpdesk: Free-phone: +44 3450103503
email: supplier@ccs.gsi.gov.uk
10) Responses must be published by the date in IV.3.4.
11) In order to ensure a considered response to any request for clarification, the last date upon which a supplier can submit clarifications is 12:00 on 12.5.2015.
VI.5)Date of dispatch of this notice: