Contract notice

Information

Published

Date of dispatch of this notice: 18/09/2017

Expire date: 19/10/2017

External Reference: 2017-044878

TED Reference: 2017/S 180-368375

Contract notice

Contract notice

Directive 2014/24/EU

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
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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 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

Forensic Marking Products and Associated Services
Reference number:  JPS362
II.1.2)

Main CPV code

35120000  -  Surveillance and security systems and devices
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: 400000.00  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  -  Emergency and security equipment
35123000  -  Site-identification equipment
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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 three years with the option to extend the Framework by an additional 12 month increment, making the maximum possible Framework Term four 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: 400000.00  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.2.10)

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
Framework agreement with a single operator
IV.1.8)

Information about the 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

English
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

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.