Contract notice

Information

Published

Date of dispatch of this notice: 10/04/2018

Expire date: 14/05/2018

External Reference: 2018-255926

TED Reference: 2018/S 071-156795

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Michelle Shaw
Telephone: +44 1606362247
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
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=23761&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

Provision of Forensic Marking Products
Reference number:  CPA/SPU/852
II.1.2)

Main CPV code

35000000  -  Security, fire-fighting, police and defence equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This ITT is for the provision of Forensic Marking Products for Offender Identification and Property Marking to the Police and Crime Commissioner for Cheshire (PCC) and the Chief Constable of Cheshire (CC). The PCC wants to continue making Cheshire a safer place to live and work by reducing theft from domestic residences, commercial properties and to increase public confidence in Cheshire Constabulary by increasing the number of offences brought to justice. The products will be required to uniquely identify an offender through a forensic solution derived from the subject’s criminal actions at a crime scene where the product has been covertly or overtly installed. The contract will also be open for participation by Cumbria Constabulary, Dyfed-Powys Police, Leicestershire Police, Merseyside Police, West Midlands Police, Durham Constabulary, Kent & Essex Police, Greater Manchester Police, Suffolk & Norfolk Constabulary’s, Lancashire Constabulary and North Wales Police.
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  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
35120000  -  Surveillance and security systems and devices
35123000  -  Site-identification equipment
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Winsford. CW7 2UA
II.2.4)

Description of the procurement

This Invitation to Tender (ITT) is for the provision of Forensic Marking Products for Offender Identification and Property Marking to the Police and Crime Commissioner for Cheshire (PCC) and the Chief Constable of Cheshire (CC). The PCC is the Contracting Authority for the provision of this service. The PCC wants to continue making Cheshire a safer place to live and work by reducing theft from domestic residences, commercial properties and to increase public confidence in Cheshire Constabulary by increasing the number of offences brought to justice. The offender identification products will be required to uniquely identify an offender through a forensic solution derived from the subject’s criminal actions at a crime scene where the product has been covertly or overtly installed. The contract will also be open for participation by Cumbria Constabulary, Dyfed-Powys Police, Leicestershire Police, Merseyside Police, West Midlands Police, Durham Constabulary, Kent & Essex Police, Greater Manchester Police, Suffolk & Norfolk Constabulary’s, Lancashire Constabulary and North Wales Police, in accordance with Clause 68 of the General Terms and Conditions. The Contractor will agree that the terms of the Contract shall apply to the course of dealings with participating Contracting Authorities. (Hereinafter all participating Police Forces (including the PCC) shall be known singularly as ”each Authority” or “the Authority” and collectively as “the Authorities”).
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: 6000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 08/06/2018  /  End: 07/06/2021
This contract is subject to renewal: yes
Description of renewals:  
The initial contract period will be for 3 years with the option to extend for a further period of up to a total of 12 months. This will be subject to all parties agreeing, the price being acceptable and the satisfactory performance of the Contractor as agreed by the PCC and the CC.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents. Where the Contractor is part of a Group of companies, the PCC may require a Parent Company Guarantee from the Contractors parent company and / or ultimate parent company.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the Invitation to Tender Documents

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:  12
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:  14/05/2018
Local time:  10:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  14/05/2018
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Economic Operators wishing to Express Interest should go to
https://bluelight.eu-supply.com and click on Current tender
Opportunities. On the next screen on the Text Filter option select
Tender/Quotation id and type 31147 in the box labelled ‘with keyword’
then click Search. Click on the blue link for the contract title to view the
opportunity. To express interest you will need to login. If you are not
already registered on https://bluelight.eu-supply.com , you will need to
register. Registration is free of charge.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court Manchester
Manchester
UK