Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)MoJ Procurement
Procurement Directorate, Ministry of Justice, Room 2.16, 2nd Floor, Clive House, 70 Petty France
For the attention of: Gemma Hurst
SW1H 9HD London
UNITED KINGDOM
Telephone: +44 3000475937
E-mail:
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 authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activityGeneral public services
Defence
Public order and safety
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Supply of Control and Restraint Equipment.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: All Ministry of Justice sites, including prison establishments, offices, courts and tribunals, in England and Wales.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Supply of Control and Restraint Equipment.
II.1.6)Common procurement vocabulary (CPV)35113400, 18143000, 18444000, 18830000, 35113430, 35113470, 35815000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The contract will be split into 10 Lots. Bidders have the option of bidding for single or multiple Lots.
Estimated value excluding VAT:
Range: between 2 600 000 and 4 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Description of these options: The contract will be awarded for a duration of 2 years with option to extend for a further two years in 12 monthly increments. Total 48 months including extension options.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Public Order Gloves1)Short descriptionPublic Order Gloves
2)Common procurement vocabulary (CPV) 3)Quantity or scopePublic order gloves in accordance with MOJ specification.
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Public Order Helmets1)Short descriptionPublic Order Helmets
2)Common procurement vocabulary (CPV) 3)Quantity or scopePublic orders helmets in accordance with MOJ specification.
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Public Order Boots1)Short descriptionPublic Order Boots
2)Common procurement vocabulary (CPV) 3)Quantity or scopePublic Order Boots in accordance with MoJ specification.
Estimated value excluding VAT: 80 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Public Order Guards1)Short descriptionPublic Order Guards
2)Common procurement vocabulary (CPV) 3)Quantity or scopePublic order guards in accordance with MoJ specification.
Estimated value excluding VAT: 60 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Public Order Clothing1)Short descriptionPublic Order Clothing
2)Common procurement vocabulary (CPV) 3)Quantity or scopePublic order clothing in accordance with MoJ specification.
Estimated value excluding VAT: 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Public Order Equipment1)Short descriptionPublic Order Equipment
2)Common procurement vocabulary (CPV) 3)Quantity or scopePublic order equipment in accordance with MoJ specification.
Estimated value excluding VAT: 160 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Public Order Accessories1)Short descriptionPublic Order Accessories
2)Common procurement vocabulary (CPV) 3)Quantity or scopePublic Order Accessories in accordance with MoJ specification
Estimated value excluding VAT: 60 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Public Order Training Equipment & Aids1)Short descriptionPublic Order Training Equipment & Aids
2)Common procurement vocabulary (CPV) 3)Quantity or scopePublic Order Training Equipment & Aids in accordance with MoJ specification.
Estimated value excluding VAT: 50 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Body Armour1)Short descriptionBody Armour
2)Common procurement vocabulary (CPV) 3)Quantity or scopeBody armour in accordance with MoJ specification.
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Covert Body Protection1)Short descriptionCovert Body Protection
2)Common procurement vocabulary (CPV) 3)Quantity or scopeProposals may be requested from bidders at RFP stage.
Estimated value excluding VAT:
Range: between 0 and 1 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:No deposit required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Conditions and other requirements may be made. Details of financing conditions and payment arrangements will be outlined in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:The Authority intends to enter into a contract with either a prime contractor (which may be an existing company) or a special purpose vehicle or consortium). The prime contractor would be expected to be a single legal entity. Where a bidder is a consortium, the Authority may require that each consortium member has joint and several liability. Where necessary for the performance of the contract, the consortium may be required to adopt a specific legal form. Joint ventures or group bids should make clear the status, shares and stakes of all the partners and the legal entity with whom the Authority would contract. In the event of a joint venture or group bid, the partners must make clear how they intend to deliver the services. Restrictions on consortia may apply and, if so, will be set out in the contract documentation provided.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Product accreditation is required for specified products included in this tender. Please refer to the product list in the RFI documentation for confirmation of which items require accreditation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Potential providers will be required to register onto the Authority's eSourcing system to participate in the tender (RFI/RFP) event. Potential providers may tender for any one or more lots. The Authority reserves the right to consider whether a tender for a combination of lots represents the most economically advantageous tender overall for such lots, when compared to tenders for single lots.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: The minimum level(s) of standards required are set out in the RFI.
Minimum level(s) of standards possibly required: In the event that a potential provider applies for lots in excess of their financial standing (based on the anticipated maximum annual value of the lots relative to annual turnover, liquidity, etc) the Authority will reduce the number of lots they are eligible for in consideration of the lot preferences indicated by the potential provider in the RFI.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if the requirements are met:
The minimum level(s) of standards required are set out in the RFI.
Minimum level(s) of standards possibly required:
The minimum level(s) of standards required are set out in the RFI.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateObjective criteria for choosing the limited number of candidates: Potential Bidders achieving an overall score of 80 or above and no ‘Fail' ratings will be deemed to be compliant. The Authority intends to select a maximum of 6 compliant Potential Bidders per Lot based on rankings, where the highest scoring potential bidder will be ranked first, second highest scoring potential bidder ranked second and so forth. The top 6 ranked potential bidders will be selected to proceed to the RFP stage. Further details of the selection criteria and scoring model will be published in the supporting RFI documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:3148-2-Operational Goods-SE-RFI.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate27.5.2013 - 09:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information1. Expressions of interest
If you are interested in participating in the RFI (Requests for Information) event you are required to express your interest in writing by email to Gemma Hurst at the email address detailed in Section I. In order to gain access to the RFI event and RFI documentation you will need to register your company details.
2. Registration
The Ministry of Justice will be conducting the RFI event through its eSourcing Portal (Emptoris). The eSourcing Portal is an online application that allows all potential suppliers to create and submit responses to any Requests for Information, Requests for Quotes or Requests for Proposals via the internet rather than in paper form.
If you are not registered on the eSourcing Portal please send an email to Gemma Hurst detailing:
1. Full Company Name,
2. Your Name,
3. Contact email,
4. Sourcing Reference Number: 3148-2-Operational Goods-SE-RFI.
The buyer will then contact you with the registration process.
3. Transparency
HM Government requires that tender documentation issued by government departments for contracts with a value exceeding GBP 10,000 over the life of the contract to be published online (http://www.businesslink.gov.uk/) for the general public. The resulting contract shall also be published.
The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should.
Secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.
Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in Section 43 of the Freedom of Information Act 2000. http://.
www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf
The prescribed grounds for redaction are:
(a) National security;
(b) Personal data;
(c) Information protected by intellectual property law;
13 / 15
(d) Information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000).
(e) Third party confidential information;
(f) IT security; or
(g) Prevention of fraud.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresMr Vincent Godfrey
Procurement Directorate, Ministry of Justice, 2nd Floor, Clive House, 70 Petty France
SW1H 9HD London
UNITED KINGDOM
Internet address: http://www.justice.gov.uk
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The Authority will incorporate a minimum 10 calendar day standstill period after contract award decisions are taken but before contracts are signed. At that time information on the bids and the award of the contract will be communicated to all participants. This period allows unsuccessful bidders to seek further debriefing from the Authority before the contract is entered into. If questions regarding the award of a contract have not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.4.2013