web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Glasgow: Framework Agreement for the Supply and Delivery of Handcuffs, Temporary and Alternative Restraint Equipment

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-025849/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Police Authority
Postal address: 1 Pacific Quay, 2nd Floor
Town: Glasgow
Postal code: G51 1DZ
Country: United Kingdom
Contact Person: June Northcote
Telephone: +44 7867153789
Email: june.northcote@scotland.pnn.police.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Scottish Police Authority
Postal address: 1 Pacific Quay, 2nd Floor
Town: Glasgow
Postal code: G51 1DZ
Country: United Kingdom
Telephone: +44 7717878917
Email: procurementtenders@scotland.pnn.police.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Scottish Prison Service
Postal address: Calton House, 5 Redheughs Rigg
Town: Edinburgh
Postal code: EH12 9HW
Country: United Kingdom
Telephone: +44 1313303790
Email: SPSProcurementCDT@sps.pnn.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform(Scoltand).

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for the Supply and Delivery of Handcuffs, Temporary and Alternative Restraint Equipment

Reference number: PROC21-1144
II.1.2) Main CPV code: 35230000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Scottish Police Authority intends to establish a Framework on behalf of Police Scotland and the Scottish Prison Service for the Supply and Delivery of rigid handcuffs, temporary restraint equipment and alternative type of wrist restraint system to rigid handcuffs, such as straps and soft cuffs.
II.1.5) Estimated total value:
Value excluding VAT: 180000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:3
II.2) Description
II.2.1) Title: Rigid Handcuffs

Lot No:1
II.2.2) Additional CPV code(s)
35230000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Scotland

II.2.4) Description of the procurement:
The Scottish Police Authority intends to establish a framework on behalf of Police Scotland and The Sottish Prison Service for the Supply and Delivery of rigid handcuffs, temporary restraint equipment and alternative type of wrist restraint system to rigid handcuffs, such as straps and soft cuffs.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:one extension up to 12 months

II.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: Straps

Lot No:2
II.2.2) Additional CPV code(s)
35230000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Scotland

II.2.4) Description of the procurement:
The Scottish Police Authority intends to establish a framework on behalf of Police Scotland and the Sottish Prison Service for the Supply and Delivery of rigid handcuffs, temporary restraint equipment and alternative type of wrist restraint system to rigid handcuffs, such as straps and soft cuffs.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:12 months

II.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: Softcuffs

Lot No:3
II.2.2) Additional CPV code(s)
35230000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Scotland

II.2.4) Description of the procurement:
The Scottish Police Authority intends to establish a framework on behalf of Police Scotland and the Sottish Prison Service for the Supply and Delivery of rigid handcuffs, temporary restraint equipment and alternative type of wrist restraint system to rigid handcuffs, such as straps and soft cuffs.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:12 months

II.2.9) Information about the limits on the number of candidates to be invited
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded
Contract, indicated below:
SPD Question 4B5 Insurances
Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers
may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy
numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies.
Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to
provide a copy of their current Public Liability Insurance certificate.
Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to
provide a copy of their current Professional Indemnity Insurance certificate.
SPD Question 4B6 Financial Standing
The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the
assessment of the Tenderer’s economic and financial standing. Tenders are asked to provide their company number within the SPD to
allow the Authority to access a Credit Safe Report.
Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a
company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business
failure, the submission will not be considered further.
If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you
from this contract. It is the Contractor’s responsibility to ensure that the information held by Credit Safe is accurate and up to date.
For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to
ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start
companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider
abbreviated accounts along with bankers references etc.
Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe
and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date – failure to do so will result in
rejection of your submission.
IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a
bankers reference if successful.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Tenderers are required to provide three examples of providing similar products to other police authorities in the last 3
years. The examples provided must be relating to comparable tenders in value and type to the contract being procured.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-11-19 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2021-11-19 Local time: 12:30 Place:Glasgow

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:1st March 2025
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19508. For more information see:
(SC Ref:664964)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court and Justice of the Peace Court
Postal address: 1 Carton Place
Town: Glasgow
Postal code: G5 9DA
Country: United Kingdom
Telephone: +44 1414185247
VI.5) Date of dispatch of this notice:2021-10-15