Contract notice
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=21655&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=21655&B=BLUELIGHT
Tenders or requests to participate must be sent to the abovementioned address
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
Surrey Police are looking to award a framework for the provision of Forensic Marking Products, this includes supply, installation and identification of products purchased.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
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’) would like to invite you to submit a tender for the Provision of Forensic Marking Products and Associated Services. This tender is seeking to identify a supplier for what will be an incremental approach, over the framework's lifetime, to target identified areas where crime has taken place or is likely to in order 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 is a vital component of the tender process.
The Framework Term shall be for 3 years with the option to extend the Framework by an additional 12 month increment, making the maximum possible Framework Term 4 years. The option to extend the Framework shall be at the sole discretion of the Police and Crime Commissioner for Surrey. The Police and Crime Commissioner for Surrey is acting as lead force for a 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.
The purpose of the Invitation to tender is to invite you to review our requirements and submit your best price and overall offer, returning the documents along with any other necessary documentation in support of your bid to the Authority in accordance with the procurement process outlined within this invitation to tender.
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:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/10/2017
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 tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/10/2017
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The tender process for this framework agreement will be conducted via the EU Supply tendering portal. The Invitation to Tender has been published with this notice and to access this document prospective tenderers are required to register on www.eu-supply.com
Hard copies or emailed responses will not be accepted. Following this date the evaluation panel will evaluate the responses to identify the tenderer who has submitted the most economically advantageous response.
The PCC for Surrey reserves the right not to award a contract and is not liable for any costs incurred by any prospective tenderers.
All enquiries should be made via the tendering portal.
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:
This authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
18/09/2017