II.1)
Scope of the procurement
Provision of Forensic Marking Products
Reference number:
CPA/SPU/852
35000000
-
Security, fire-fighting, police and defence equipment
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.2.2)
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”).
Price is not the only award criterion and all criteria are stated only in the procurement documents
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