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