II.1)
Scope of the procurement
Forensic Marking Products and Associated Services
Reference number:
JPS362
35120000
-
Surveillance and security systems and devices
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:
400000.00
GBP
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”) 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 four 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.
Criteria below
Quality criterion
-
Name:
Case studies
/
Weighting:
15%
Quality criterion
-
Name:
Marketing kits and product readers
/
Weighting:
15%
Quality criterion
-
Name:
Implementation – Service delivery
/
Weighting:
15%
Quality criterion
-
Name:
Implementation – Marketing and Public Relations
/
Weighting:
10%
Quality criterion
-
Name:
Ongoing service delivery
/
Weighting:
15%
Quality criterion
-
Name:
Database
/
Weighting:
15%
Quality criterion
-
Name:
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