VOLUNTARY EX ANTE TRANSPARENCY NOTICE
|
|
Section I: Contracting Authority/Entity
|
I.1)
|
Name, Address and Contact Point(s)
|
|
The Police and Crime Commissioner for CambridgeshireN/A |
Cambridgeshire Constabulary Headquarters, Hinchingbrooke Park |
Huntingdon |
PE29 6NP |
UK |
Procurement, Procurement Enquiries
|
+44 101 |
procurementenquiries@herts.pnn.police.uk |
|
http://www.cambs.police.uk
https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/29016
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14370&B=BLUELIGHT
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority
One-off purchase of urgently required Specialist Hi-Vis Equipment Carrier so that officers meet the health and safety requirements of EN 471:2003; + A1:2007 Class 3 when worn together with a Class 3 Police Hi-Vis jacket.A full tender process to establish a contracted supplier for future purposes will be commenced in 2016.
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Huntingdon. UKH |
II.1.3)
|
This notice involves a framework agreementNo |
II.1.4)
|
Short description of the contract or purchase(s)
This purchase is being made due to urgent requirements and a full tender process will be carried out to establish a contracted supplier for future purchases. This purchase is being made direct to the MWUK T/A Yaffy as there vest has been the only that has been identified to reach the Health and Safety standards when worn with a Police Class 3 Police Hi-Vis jacket. The requirement is for a Police Hi-Vis equipment carrier that meets the health and safety requirements of EN 471:2003; + A1:2007 Class 3 when worn together with a Class 3 Police Hi-Vis jacket. The current carrier system does not offer the same level of protection and for the safety of Police Officers it has been deemed urgent to get them up to Class 3 protection.
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35811200 |
|
|
|
|
|
II.1.6)
|
Contract covered by the government procurement agreement (GPA) Yes |
II.2)
|
Total final value of the contract(s)
|
II.2.1)
|
Total final value of the contract(s)
140 000
GBP
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria
|
IV.2.2)
|
An electronic auction has been used No |
IV.3)
|
Administrative information
|
IV.3.1)
|
File reference number attributed by the contracting authority
O-2-0197-15
|
IV.3.2)
|
Previous publication(s) concerning the same contract
Other previous publications
|
Section V: Award of contract
|
|
|
1
1
Specialist Hi-Vis Equipment Carrier |
V.1)
|
Date of contract award decision: 18-12-2015 |
V.2)
|
Numbers of offers received: |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
MWYK Ltd T/A Yaffy |
3 Long Acre, Willow Farm Business Park, Castle Donnington |
Derby |
DE74 2UG |
UK |
|
+44 1332856800 |
|
|
|
V.4)
|
Information on value of contract
140 000 GBP
140 000 GBP
1 |
V.5)
|
The contract is likely to be subcontracted No
|
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section VI: Complementary Information
|
VI.1)
|
Contract related to a project and/or programme financed by community funds? No
|
VI.2)
|
Additional Information
This purchase is being made due to urgent requirements and it is believed that there is only 1 supplier in the market that can provide a vest that reaches the health and safety standards when worn with a Police Class 3 Hi-Vis jacket.
A full tender process to establish a contracted supplier for future purposes will be commenced in 2016.
|
VI.3)
|
Procedures for appeal
|
VI.3.1)
|
Body responsible for appeal procedures
High Court of England |
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.3.2)
|
Lodging of appeals
|
VI.3.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.4)
|
Dispatch date of this Notice 18-12-2015 |
Annex D1 – General procurement
Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union (OJEU)
Directive 2004/18/EC
|
|
 |
Open procedure |
 |
Restricted procedure |
b) The products involved are manufactured purely for the purpose of research, experiment, study or
development under the conditions stated in the Directive (for supplies only).
c) The works/goods/services can be provided only by a particular tenderer for reasons that are:
 |
Technical |
 |
Artistic |
 |
Connected with the protection of exclusive rights |
d) Extreme urgency brought about by events unforeseeable by the contracting authority and in
accordance with the strict conditions stated in the Directive.
e) Additional works/deliveries/services are ordered under the strict conditions stated in the Directive.
f) New works/services, constituting a repetition of existing works/services and ordered in accordance
with the strict conditions stated in the Directive.
g)Service contract awarded to the successful candidate or one of them after a design contest.
h) For supplies quoted and purchased on a commodity market.
i) For the purchase of supplies on particularly advantageous terms:
 |
from a supplier which is definitely winding up its business activities |
 |
from the receivers or liquidators of a bankruptcy, an arrangement with creditors or a similar procedure. |
j) All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or
unacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria.
Other justification for the award of the contract without prior publication of a
contract notice in the OJEU:
k) The contract has as its object services listed in Annex B of Directive 2004/18/EC or in Annex XVII B of Directive 2004/17/EC
l) The contract falls outside the scope of application of the relevant directive.
In addition to the box(es) ticked above please explain in a clear and
comprehensive manner why the award of the contract without prior publication of
a contract notice in the OJEU is lawful, stating in any case the relevant facts,
and, as appropriate, the conclusions of law in accordance with the articles in
the relevant Directive (500 words maximum):
Currently officers carry equipment in carriers that had originally been designed for Public Order Officers. This creates sizing issues and difficulties in locating vital equipment such as batons, etc. creating a health and safety risk. In additional the carrier, when worn with a Police jacket, also fails to comply with health and safety Hi-Visibility Class 3 requirement creating further risk to the officers. The requirement is for a Police Hi-Vis equipment carrier that meets the health and safety requirements of EN 471:2003; + A1:2007 Class 3 when worn together with a Class 3 Police Hi-Vis jacket. Following research into several equipment carriers, only 1 vest has been identified which reaches the above health and safety standards when worn with a Police Class 3 Hi-Vis jacket. This has been independently tested and certified as a system meeting the above requirements when wearing the Class 3 Police jacket. This will ensure that officers are compliant with health and safety regulations meeting the Class 3 requirements eliminating any risks particularly on roads over 30 mph.
|