Contract notice

Information

Published

Date of dispatch of this notice: 28/11/2019

Expire date: 13/01/2020

External Reference: 2019-516739

TED Reference: 2019/S 233-570835

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
n/a
11th Floor, Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Natalie Aumeer
Telephone: +44 2071611553
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=30703&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

The Supply and Delivery of Traceable Liquids, Property Marking and Associated Goods and Services
Reference number:  SS3/19/12
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

The Authority is seeking Contractor/s for the Supply and Delivery of Traceable Liquids, Property Marking and Associated Goods and Services.
This requirement is split into three (3) Lots:
LOT 1 –TRACEABLE LIQUID PROPERTY MARKING (RESIDENTIAL AND BUSINESS KITS) AND ASSOCIATED GOODS AND SERVICES
LOT 2 – FORENSIC TAGGING SPRAY AND ASSOCIATED SERVICES.
LOT 3 -CYCLE MARKING KITS AND ASSOCIATED GOODS AND SERVICES
The MPS/Authority is seeking through this tendering process to award a framework agreement with suitably capable Bidder(s) to provide these Goods and Services for an initial term of 36 months and a unilateral option of the MPS/Authority to extend for further periods of 12 months up to a maximum of 48 months.
The Authority will award one contract per Lot.
II.1.5)

Estimated total value

Value excluding VAT: 5600000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenders may be submitted for all Lots in any combination.
The MPS/Contracting Authority reserves the right to award any combination of Lots
II.2)

Description

II.2.1)

Title

LOT 1 - Traceable Liquid Property Marking Kits - Residential and Business
Lot No:  1
II.2.2)

Additional CPV code(s)

24000000  -  Chemical products
II.2.4)

Description of the procurement

This requirement is for property marking products and support services to allow the dual approach of both marking property and the fast time ability to identify marked property.
The requirement includes a variety of marking kits making use of Forensic Traceable Liquid. The aim being that the Police can issue kits in key hot spots across London to support the local community in marking their home and business possessions that can later be identifiable and tracked back to owners if stolen.
This Lot covers the following:
Goods
• Property Marking (Residential) Kits – a kit to mark household items;
• Property Marking (Business) Kits - a kits to mark business items;
• Traceable Liquid, Grease, Spray or similar products/devices for use in Proactive Operations;
• Demonstration Cards (see Lot 1 SOR, paragraph 3.3);
• Mobile Detection Equipment / Detection Device (See Lot 1 SOR, paragraph 3.4).
System
• Electronic Registration Process
• Electronic Database Services
Services
• Training
• Forensic Analytical Services including the collection of exhibits/evidential samples
• Marketing
• Repair or replacement of Detection Devices / Mobile Detection Equipment
• Support and Maintenance for Electronic Registration and Databases
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: 5000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement is potentially an ongoing requirement and will therefore may require renewal.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Information is provided in the Invitation to Tender Documents available in EU Supply e-tendering portal (Ref: 37683)
II.2)

Description

II.2.1)

Title

LOT 2 - Forensic Spray Tagging
Lot No:  2
II.2.2)

Additional CPV code(s)

24000000  -  Chemical products
II.2.4)

Description of the procurement

The Authority is seeking a Contractor to provide Forensic Tagging Spray and Associated Services. The requirement is for a handheld spray canister that can be used to spray suspects with a Forensic Traceable Liquid.
The objective of this is to be able to assist police with the identification of suspects. These suspects can be sprayed with a traceable liquid as they make-off from the police, and when the suspects later come to the attention of the police, the spray marks can be found upon them, or their property. Marks can subsequently be forensically analysed to establish which spray canister they came from. Police records will then be used to identify the time, date and reported crime relating to use of the canister connecting the relevant information to support core frontline policing activities.
Forensic spray tagging was only recently adopted by the MPS as a tactical option to help identify suspects involved in powered-two-wheeler (P2W (e.g. mopeds / scooters / motorcycles)) criminality. This was in response to a significant rise in P2W enabled crime, which is affecting all 32 London Boroughs. The MPS are always reviewing tactical options and responding to changes in crime types.
The Authority/MPS may, during the life of the contract, look to develop its strategy in the deployment of forensic tagging of suspects for other crime types. It is not yet known if or how the spray tagging will be advantageous in other tactical methods in the future.
The Lot covers:
Goods
• A hand-held canister that sprays a traceable liquid substance onto persons and property that can be identified under a UV light.
Services
• Forensic Analytical Services including the collection of exhibits/evidential samples.
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: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement is potentially an ongoing requirement and will therefore may require renewal.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Information is provided in the Invitation to Tender Documents available in EU Supply e-tendering portal (Ref: 37683)
II.2)

Description

II.2.1)

Title

LOT 3 - Cycle Marking Kits and Associated Goods and Services
Lot No:  3
II.2.2)

Additional CPV code(s)

24000000  -  Chemical products
II.2.4)

Description of the procurement

Bicycle, Cycle and Bike are terms all used within this document when referring to non-motorised vehicle consisting of two wheels in a frame one behind the other propelled by pedals and steered with handlebars attached to the front wheel.
The Authority are seeking a Contractor to provide Cycle Marking Kits and Associated Services. The requirement is for a Cycle Marking kit, a product that can be used by the police to mark multiple bicycle’s with a unique visible coding.
The objectives for Cycle Marking are:
For the Authority;
• To provide a Property Marking product the police can use to mark multiple bicycles with a unique visible code.
• The Police can quickly read and track the unique code found on a Bicycle they recover or suspect to be stolen, using their internal crime reporting databases and the providers database to locate potential owners of the bicycle.
For the Community
• Provides a visible permanent code on their Bicycles that people can easily read and make a record of and register this code if they choose too. The purpose being if a bike is stolen then a report containing the code can be made with the Police and on the database in the hope, it might be recovered.
The Lot covers:
Goods
• Cycle Marking Kit (see section 3.1 of the SOR for Lot 3)
• Demonstration Cards (see section 3.2 of the SOR for Lot 3)
Services
• An Electronic Registration process for the Bicycle Owner to register their unique code, bike details and contact details.
• Police access to the registration database for identifying Bicycle owner to help with Police investigations into lost and stolen Bicycles.
• Training
• Marketing
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: 100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement is potentially an ongoing requirement and will therefore may require renewal.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Information is provided in the Invitation to Tender Documents available in EU Supply e-tendering portal (Ref: 37683)

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:  Specification and requirements information is provided in the Invitation to Tender Documents. For full details please register on the Metropolitan Police Service e-tendering portal: EU Supply (eu-supply.com) to access all tender documentation. (Ref: 37683)
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

III.2.2)

Contract performance conditions

Information provide in 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:  3
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: 2019/S 033-073543
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/01/2020
Local time:  15:00
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:  13/01/2020
Local time:  15:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2024
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Metropolitan Police Services
11th Floor, Empress State Building, Lillie Road, Earls Court
London
SW6 1 TR
UK
Telephone: +44 2071611553