Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Forensic Marking Products and Associated Services

  • First published: 15 February 2018
  • Last modified: 15 February 2018
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Police & Crime Commissioner for Sussex
Authority ID:
AA30871
Publication date:
15 February 2018
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Surrey Police (“the Authority”) invited suppliers to submit a tender for the Provision of Forensic Marking Products and Associated Services. The tender sought to identify a supplier for what would be an incremental approach, over the framework’s lifetime, to target identified areas where crime has taken place or is likely to, in order to prevent and detect these offences. The ability to identify property and persons involved in these crimes and have this converted to evidence that is admissible in court in a timely cost effective manner was a vital component of the tender process.

The framework term shall be three years with the option to extend the framework by an additional 12 month increment, making the maximum possible framework term of 4 years. The option to extend the framework is at the sole discretion of the Police and Crime Commissioner for Surrey. The Police and Crime Commissioner for Surrey is acting as the lead force for this framework agreement for Surrey Police, Sussex Police, the Office of the Police and Crime Commissioner for Surrey and the Office of the Police and Crime Commissioner for Sussex who may wish to request the provision of goods and services under this Framework at their discretion. The above named parties have expressed an interest in this framework, however there is no commitment for them to utilise the framework. Any of the above named parties can raise call-off contracts/purchase orders at any time during the term of the framework at their discretion.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1) Name and addresses

Joint Procurement Service for Surrey and Sussex Police

N/A

Surrey Police, Mount Browne, Sandy Lane

Guildford

GU3 1HG

UK

Contact person: Benjamin Hilliam

Telephone: +44 1483632083

E-mail: Benjamin.hilliam@surrey.pnn.police.uk

NUTS: UK

Internet address(es)

Main address: http://www.surrey.police.uk/

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/30091

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Forensic Marking Products and Associated Services

Reference number: JPS362

II.1.2) Main CPV code

35120000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Framework for the provision of Forensic Marking Products, this includes supply, installation and identification of products purchased.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 400 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

35100000

35123000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Surrey Police (“the Authority”) invited suppliers to submit a tender for the Provision of Forensic Marking Products and Associated Services. The tender sought to identify a supplier for what would be an incremental approach, over the framework’s lifetime, to target identified areas where crime has taken place or is likely to, in order to prevent and detect these offences. The ability to identify property and persons involved in these crimes and have this converted to evidence that is admissible in court in a timely cost effective manner was a vital component of the tender process.

The framework term shall be three years with the option to extend the framework by an additional 12 month increment, making the maximum possible framework term of 4 years. The option to extend the framework is at the sole discretion of the Police and Crime Commissioner for Surrey. The Police and Crime Commissioner for Surrey is acting as the lead force for this framework agreement for Surrey Police, Sussex Police, the Office of the Police and Crime Commissioner for Surrey and the Office of the Police and Crime Commissioner for Sussex who may wish to request the provision of goods and services under this Framework at their discretion. The above named parties have expressed an interest in this framework, however there is no commitment for them to utilise the framework. Any of the above named parties can raise call-off contracts/purchase orders at any time during the term of the framework at their discretion.

II.2.5) Award criteria

Quality criterion: Case studies / Weighting: 15 %

Quality criterion: Marketing kits and product readers / Weighting: 15 %

Quality criterion: Implementation — Service delivery / Weighting: 15 %

Quality criterion: Implementation — Marketing and public relations / Weighting: 10 %

Quality criterion: Ongoing service delivery / Weighting: 15 %

Quality criterion: Database / Weighting: 15 %

Quality criterion: Quality assurance / Weighting: 15 %

Price / Weighting:  30 %

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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 180-368375

Section V: Award of contract

Contract No: 1

Title: Forensic Marking Products and Associated Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/01/2018

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Selectamark security Systems plc

1024280

1 Locks Court, 429 Crofton Road

Locksbottom

BR6 8NL

UK

Telephone: +44 1689860757

E-mail: james.brown@selectamark.co.uk

NUTS: UK

Internet address(es)

URL: http://www.selectadna.co.uk

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 400 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The maximum value of the framework is GBP 400 000. However, there is no commitment to volumes during the duration of the framework from any contract participant.

VI.4) Procedures for review

VI.4.1) Review body

The Police and Crime Commissioner for Surrey

PO Box 412

Guildford

GU3 1YJ

UK

E-mail: benjamin.hilliam@surrey.pnn.police.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Authority incorporated a standstill period at the point information on the award of the contract was communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which met the minimum 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into.

VI.5) Date of dispatch of this notice

14/02/2018

Coding

Commodity categories

ID Title Parent category
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
35123000 Site-identification equipment Surveillance and security systems and devices
35120000 Surveillance and security systems and devices Emergency and security equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Benjamin.hilliam@surrey.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.