Digital Forensic Services Tender
During the life of the contract the City of London Police will require the forensic examination of digital devices that will contribute to the intelligence relating to the case.
United Kingdom-London: Investigation services
2016/S 107-191553
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Mayor and Commonalty and Citizens of the City of London in their capacity as Police Authority for the City of London
Guildhall
For the attention of: Moorhouse Karen
W1 London
United Kingdom
Telephone: +44 02073321339
E-mail: Karen.Moorhouse@cityoflondon.gov.uk
Internet address(es):
General address of the contracting authority: http://www.cityoflondon.gov.uk
Electronic access to information: http://www.capitalesourcing.com
Electronic submission of tenders and requests to participate: http://www.capitalesourcing.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 23: Investigation and security services, except armoured car services
NUTS code UKI1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 600 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lot 1 — Computer related devices,
Lot 2 — Hand-held devices including mobile phones and tablet computers,
Lot 3 — Card Skimming devices.
During the life of the contract the City of London Police will require the forensic examination of digital devices that will contribute to the intelligence relating to the case.
The contract will initially be for a period of 12 months with the option to extend for up to a further 36 months.
II.1.6)Common procurement vocabulary (CPV)
79720000, 33950000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.2.1)Total quantity or scope:
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Computer Related Devices
1)Short description
2)Common procurement vocabulary (CPV)
79720000
5)Additional information about lots
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
Lot No: 2 Lot title: Hand-held Devices
1)Short description
2)Common procurement vocabulary (CPV)
79720000
5)Additional information about lots
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
Lot No: 3 Lot title: Card Skimming devices
1)Short description
2)Common procurement vocabulary (CPV)
79720000
5)Additional information about lots
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the PQQ documents.
III.2.3)Technical capacity
As set out in the PQQ documents.
Minimum level(s) of standards possibly required:
As set out in the PQQ documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalESourcing’ (url: www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate, and registration is free.
The requirement will be divided into 3 Lots. As referred to in section IV.1.2) there will be between 5 and 8 suppliers invited to tender for each lot with a maximum of 5 suppliers being awarded onto each lot.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
United Kingdom
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL London
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice
Strand
WC2A 2LL London
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
Tender for ICT Support Services in Schools