Construction Tenders

Tue May 07 2024

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 3

Status Active

Published 19th Jun 2023

Tender Details
Referenceocds-h6vhtk-03d795
Common Procurement VocabularySecurity, fire-fighting, police and defence equipment
Procurement MethodOpen procedure
Value£10,000,000
More Tenders »

United Kingdom

Category Goods

Type

No. of Lots 3

Status Active

Published 19th Jun 2023

Tender Details
Referenceocds-h6vhtk-03d795
Common Procurement VocabularySecurity, fire-fighting, police and defence equipment
Procurement MethodOpen procedure
Value£10,000,000

Section I: Contracting authority

I.1) Name and addresses

Kent County Council (T/A Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Contact

Tamara Stevens

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 1622478849

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.commercialservices.org.uk/

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Security%2C-fire-fighting%2C-police-and-defence-equipment./B8995879X5

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Control and Restraint Equipment including Animal Handling and Associated Products Y23047

Reference number

Y23047

II.1.2) Main CPV code

  • 35000000 - Security, fire-fighting, police and defence equipment

II.1.3) Type of contract

Supplies

II.1.4) Short description

This Framework Agreement is open to all public sector organisations and has been split into three (3) LOTs:

LOT 1 – Restraint and Public Order Equipment

LOT 2 – Door Breaching Equipment

LOT 3 – Animal Control and Restraint Equipment

II.1.5) Estimated total value

Value excluding VAT: £10,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Restraint and Public Order Equipment

Lot No

LOT 1

II.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply of Control and Restraint Equipment for both restraint and public order products. We are looking for Suppliers that can supply all the equipment in the scope but not limited to:

Handcuffs

Limb restraints

Training cuff guard

Plastic restraints

Soft restraints

Batons

Irritant spray

Shields

Limb protection

Head protection

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £10,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the Contracting Authority. Those organisations who wish to access this Framework Agreement are detailed in the Invitation to Tender document.

II.2) Description

II.2.1) Title

Door Breaching Equipment

Lot No

Lot 2

II.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply of Control and Restraint Equipment for door breaching. We are looking for Suppliers that can supply all the equipment in the scope but not limited to:

Hydraulic breaching tools

Battering ram

Halligan tools

Pry bar

Bolt cutters

Breaching grenade

Breaching kits

Explosive breaching kit

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £10,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Animal Control and Restraint Equipment

Lot No

Lot 3

II.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply of Control and Restraint Equipment for animal control and restraint. We are looking for Suppliers that can supply all the equipment in the scope but not limited to:

Muzzles

Slip leads

Rigid leads or graspers

Snake tongs or graspers

Nets

Halters

Head collars

K9 deterrent spray

Dog search and rescue equipment

Agitation equipment

Kennel equipment

Dangerous dog equipment

Bite cushions and tugs

Search and tracking equipment K9

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £10,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

4 August 2023

Local time

2:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

4 August 2023

Local time

2:15pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement will be members, Affiliates and associates

ofthe CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man. For additional information please see the Invitation to Tender document

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Security%2C-fire-fighting%2C-police-and-defence-equipment./B8995879X5" target="_blank">https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Security%2C-fire-fighting%2C-police-and-defence-equipment./B8995879X5

To respond to this opportunity, please click here:

https://csg.delta-esourcing.com/respond/B8995879X5" target="_blank">https://csg.delta-esourcing.com/respond/B8995879X5

GO Reference: GO-2023619-PRO-23223270

VI.4) Procedures for review

VI.4.1) Review body

Commercial Services Kent Limited

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 1622478849

Country

United Kingdom