II.2.2) Additional CPV code(s)
71600000
71632000
73111000
73430000
II.2.3) Place of performance
NUTS code:
AT
BE
BG
CA
CH
CY
CZ
DE
DK
EE
EL
ES
FI
FR
HR
HU
IE
IS
IT
LI
LT
LU
LV
MT
NL
NO
PL
PT
RO
SE
SI
SK
UK
US
II.2.4) Description of the procurement
The United Kingdom (UK) government is committed to giving police the tools they need to tackle the crimes affecting communities. As part of this, the Home Office produces the standards for Police Chemical irritant sprays provided as Appendix J within the procurement documents
The Standard outlines the requirements that police chemical irritant sprays must meet in order for them to be issued a Certificate by Home Office. Accompanying the Standard the Guidance Document provides supporting information for gaining Home Office certification of Police Chemical Irritant Sprays provided as Appendix K within the procurement documents.
The Home Office requires a test facility to conduct independent assessment of submissions of police chemical irritant sprays based on PAVA which will consist of a technical file review, conducting testing and reporting in accordance with the Standard Guidance Document. The test facility will act as the NTL in accordance the Guidance Document.
The Authority will fund a test facility to conduct independent assessment of 10 submissions of chemical irritant sprays each year with the option to fund per chemical irritant sprays submission thereafter. The Authority will permit subcontracting elements of testing only (for example chemical testing). If subcontracting, the test facility must exercise due skill and care when it selects and appoints a subcontractor, to ensure that the test facility is able to manage subcontractors in accordance with Good Industry Practice and to comply with its obligations under any contract with the Home Office.
For each submission of chemical irritant sprays undergoing certification, the test facility must be able to conduct independent assessment of chemical irritant sprays in accordance with the standard and conduct activities and outputs as the NTL in accordance with the guidance document through:
• conducting a review of the applicant’s application and device technical files, making an assessment of whether requirements are met and confirming the testing required to be performed.
• carrying out testing and producing test report results.
The test facility should have the capability of handling chemical irritant sprays with the appropriate authority / licenses for the country that the test facility is within. Within the UK, chemical irritant sprays are classified as Prohibited Weapons under Section 5 of the Firearms Act 1968, which requires appropriate licences to be held; this should be considered by any UK test facilities. To enable the establishment of a facility, including the ability to gain appropriate licences, the Authority anticipates a maximum of 3 months will be required at the start of the contract.
The test facility should have measures in place to ensure a quality management system to support the conducting of independent assessment of Chemical Irritant Sprays this may include holding ISO9001 accreditation or ISO17025 accreditation.
The initial contract would be for a 12 months period, with three optional 12-month extension periods (a maximum contract duration of 4 years).
The Home Office will fund up to a maximum cost of £300,000 (GBP) (excluding VAT) to conduct independent assessment of 10 submissions of chemical irritant sprays within a 12 month period in accordance with the standard and guidance document and criteria stated in the procurement documents.
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:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: No
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:
Yes
Description of options:
The contract will run for an initial period of 1 year, with an option to extend by 3 extension periods of 1 year (up to a maximum of 4 years).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No