Contract award notice

Information

Published

Date of dispatch of this notice: 14/02/2018

External Reference: 2018-273936

TED Reference: 2018/S 032-069755

Contract award notice

Contract award notice

Results of the procurement procedure

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.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

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)

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”) 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.
II.2.5)

Award criteria

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

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 the 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
NUTS code:  UK -  UNITED KINGDOM
Internet address: 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:  400000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

The maximum value of the framework is £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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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.