Contract notice

Information

Published

Date of dispatch of this notice: 21/06/2018

Expire date: 14/08/2018

External Reference: 2018-078110

TED Reference: 2018/S 120-272617

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Thames Valley Police
VAT – GB 180 5571 07
Headquarters South, Oxford Road
Kidlington, Oxon
OX5 1NZ
UK
Contact person: Alison Jerred
Telephone: +44 1865541525
Fax: +44 1865541579
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
https://uk.eu-supply.com
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

Other type:  UK Police, Police Scotland, Police Service Northern Ireland and UK, Scottish and Northern Ireland specialist police Authorities, UK Fire & Ambulance services (see tender documents for full list)
I.5)

Main activity

Other activity:  Public Procurement

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Photographic Consumables, Equipment and Associated Hardware Framework
Reference number:  TVP00150
II.1.2)

Main CPV code

38650000  -  Photographic equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Thames Valley Police acting as lead Authority for the collaboration of UK police and specialist forces, Police Scotland and specialist Authorities, Police Service Northern Ireland and specialist Authorities, Fire Authorities and Ambulance Service (NHS Trust(s) is seeking tenders for the supply and delivery of Photographic Consumables, CDs, DVD's, Equipment (including dry labs), servicing and maintenance of equipment and leasing of photographic equipment.
The procurement process will be split into two Lots as follows:-
Lot 1 – Photographic Consumables
Lot 2 – Photographic equipment (inc. Dry Labs), service and maintenance of equipment and leasing of photographic equipment
The Authority intend to have a single award source for Lot 1 and a multiply award for Lot 2. There will be a maximum of three suppliers awarded a contract against Lot 2. The Authority may choose to award Lot 1 and Lot 2 to the same supplier.
II.1.5)

Estimated total value

Value excluding VAT: 4500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer:  2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
The Authority may choose to award Lot 1 and Lot 2 to the same supplier. The Authority intend to have a single award source for Lot 1 and a multiply award for Lot 2. There will be a maximum of three suppliers awarded a contract against Lot 2 .
II.2)

Description

II.2.1)

Title

Lot 1 - Photographic Consumables
Lot No:  1
II.2.2)

Additional CPV code(s)

24930000  -  Photographic chemicals
30192110  -  Ink products
30234300  -  Compact disks (CDs)
30234400  -  Digital versatile disks (DVDs)
31440000  -  Batteries
32354300  -  Photographic film
38651000  -  Cameras
38651600  -  Digital cameras
38653000  -  Apparatus for photographic laboratories
50344100  -  Repair and maintenance services of photographic equipment
79960000  -  Photographic and ancillary services
79961000  -  Photographic services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Lot 1 covers the provision of photographic consumables to include, but not limited
to items in the following categories:-
• Chemistry and Chemistry Consumables
• Black and White Chemistry
• Dry Lab Consumables (exp. Papers and Inks)
• Recording Media and Accessories (non-
customised)
• Recording Media and Accessories (customised)
• Paper
• Batteries
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: 3000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for 36 months with an option to extend for a further 12 months.
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
II.2.14)

Additional information

All goods and services supplied under this contract must comply with the relevant legislation with regards to packaging, storage, disposal and COSHH sheets.
II.2)

Description

II.2.1)

Title

Lot 2 - Photographic Equipment, Dry Labs, Service and Maintenance and Leasing
Lot No:  2
II.2.2)

Additional CPV code(s)

24930000  -  Photographic chemicals
30192110  -  Ink products
30234300  -  Compact disks (CDs)
30234400  -  Digital versatile disks (DVDs)
31440000  -  Batteries
32354300  -  Photographic film
38651000  -  Cameras
38651600  -  Digital cameras
38653000  -  Apparatus for photographic laboratories
50344100  -  Repair and maintenance services of photographic equipment
79960000  -  Photographic and ancillary services
79961000  -  Photographic services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Lot 2 - covers the provision of photographic and imaging equipment, dry labs,
servicing and maintenance and leasing, but not limited to items in the following:- Photographic and imaging equipment [e.g. cameras, lenses, lighting and tripods); Supply, repair and rental of photographic and imaging equipment; Customer
support and technical support to the Customer(s).
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: 1500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for 36 months with an option to extend for a further 12 months.
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:  This procurement will be managed electronically via the EU Supply portal. To participate in this procurement, participants must first be registered on the EU Supply portal. If you have not yet registered on the EU Supply portal, this can be done online at: https://ek.eu-supply.com
Tender submissions must be published by the date in IV.2.7 of this Contract Notice.
Regulations 57(1) and (2) cover the detailed grounds for mandatory exclusion of an organisation which are set out in APPENDIX 13 of the tender documentation. This should be referred to before completing the tender exercise.
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 several operators
Envisaged maximum number of participants to the framework agreement:  4
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 198-406630
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/08/2018
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  14/08/2018
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The value provided in Section(s) II.I.5 is an estimate. We cannot guarantee any business through the Framework Agreement. The Authority may choose to award Lot 1 and Lot 2 to the same supplier. The Authority intend to have a single award source for Lot 1 and a multiply award for Lot 2. There will be a maximum of three suppliers awarded a contract against Lot 2.
VI.4)

Procedures for review

VI.4.1)

Review body

Thames Valley Police
Headquarters South, Oxford Road
Kidlington, Oxon
OX5 1NZ
UK
Telephone: +44 1865541525