Business Opportunity
Title: United Kingdom-Winsford: Security, fire-fighting, police and defence equipment
Document Type: Contract Notice
Published By: Cheshire Constabulary (Cheshire Police Authority)
Date Published: 12 April 2018
Deadline Date: 14 May 2018
Directive 2014/24/EU - Public Sector Directive
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 E-mail: [email protected] NUTS: UK Internet address(es) Main address: http://www.cheshire.police.uk Address of the buyer profile: https://uk.eu- supply.com/ctm/Company/CompanyInformation/Index/33132
1
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 sent electronically to: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=23761&B=BLUELIGHT
Tenders or requests to participate must be sent 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
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 2
Police, Leicestershire Police, Merseyside Police, West Midlands Police, Durham Constabulary, Kent and Essex Police, Greater Manchester Police, Suffolk and Norfolk Constabulary’s, Lancashire Constabulary and North Wales Police.
II.1.5) Estimated total value Value excluding VAT: 6 000 000.00 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 35120000 35123000
II.2.3) Place of performance NUTS code: UK
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 and Essex Police, Greater Manchester Police, Suffolk and 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
3
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: 6 000 000.00 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.2.9) Information about the limits on the number of candidates to be invited
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 required:
4
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 required: As set out in the tender documents.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
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 with several operators. Envisaged maximum number of participants to the framework agreement: 12
IV.1.8) Information about 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 EN
IV.2.7) Conditions for opening of tenders Date: 14/05/2018 Local time: 10:00
Section VI: Complementary information 5
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
6