Contract notice

Information

Published

Date of dispatch of this notice: 03/07/2017

Expire date: 01/08/2017

External Reference: 2017-148365

TED Reference: 2017/S 127-258593

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of the Police and Crime Commissioner for Suffolk
N/A
Police Headquarters, Portal Avenue
Ipswich, IP5 3QS
Martlesham Heath
UK
Contact person: Louise Larter
Telephone: +44 1473613624
NUTS code:  UKH14 -  Suffolk
Internet address(es):
Main address: www.suffolk.police.uk

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=20755&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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

SUPPLY OF MOBILE PRELIMINARY DRUG TESTING DEVICES
Reference number:  2016-052
II.1.2)

Main CPV code

38544000  -  Drug detection apparatus
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

National Framework for the supply of Mobile Preliminary Drug Testing Devices used for Transport Law Enforcement in Great Britain. The devices must be type approved by the Secretary of State.
II.1.5)

Estimated total value

Value excluding VAT: 4500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

35200000  -  Police equipment
38431000  -  Detection apparatus
38434580  -  Immunoassay analysers
38540000  -  Machines and apparatus for testing and measuring
38900000  -  Miscellaneous evaluation or testing instruments
II.2.3)

Place of performance

NUTS code:  UKH14 -  Suffolk
Main site or place of performance:  
Ipswich, IP5 3QS
II.2.4)

Description of the procurement

National Framework for the supply of Mobile Preliminary Drug Testing Devices used for Transport Law Enforcement in Great Britain. The devices must be type approved by the Secretary of State.
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: 4500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Subject to Framework Terms, the Framework will run for a period of two years with an option to extend for up to a further two years on terms stated in the tender documentation.
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

List and brief description of selection criteria:  
Devices must be Type Approved. Type Approval is granted by the Secretary of State.
Minimum level(s) of standards possibly required:  
Type approval guide for Mobile Preliminary Drug Testing Devices:
https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/311255/Mobile_preliminary_drug_testing_devices.pdf
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  55
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2016/S 173-310582
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/08/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  06/09/2017
IV.2.7)

Conditions for opening of tenders

Date:  01/08/2017
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
London
WC2A 2LL
UK
Telephone: +44 2079476000

VI.4.2)

Body responsible for mediation procedures

PDRS
BiP Solutions, Medius 60, Pacific Way
Glasgow
G51 1DZ
UK
Telephone: +44 8452707055

VI.5)

Date of dispatch of this notice

03/07/2017