Framework for an Asset Realisation Service.
Provide Auction Services to Merseyside Police
United Kingdom-Liverpool: Auction services
2016/S 051-085062
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Merseyside Police — Procurement Department
N/A
Police Headquarters, Canning Place
For the attention of: Andrew Street
L1 8JX Liverpool
UNITED KINGDOM
Telephone: +44 1517771928
E-mail: andrew.m.street@merseyside.pnn.police.uk
Internet address(es):
General address of the contracting authority: http://www.merseyside.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/32215
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15269&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15269&B=BLUELIGHT
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Cumbria Constabulary
Lancashire Constabulary
Greater Manchester Police
Cheshire Constabulary
North Wales Police
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 27: Other services
Main site or location of works, place of delivery or of performance: Liverpool.
NUTS code UKD
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 a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Police and Crime Commissioner for Merseyside (PCC) wishes to put in place an agreement for a Contractor to sell items that have formed part of a Confiscation Order of the Court under the Proceeds of Crime Act (POCA), 2002 and Drug Trafficking Act 1994 and Criminal Justice Act 1988 (as amended). The Agreement will be open to the North West Regional Organised Crime Unit (NWROCU), known as ‘Titan’ and other Police and Crime Commissioner/Police Forces in the North West Region (listed below).
All items offered for sale under the agreement will be legitimate pre-purchased goods, only the method of the original purchase was corrupt. No stolen or found property will knowingly be offered for sale under this agreement. The proceeds from confiscation orders go back into the public purse to fund future prosecutions and benefit the community. The PCC is keen to ensure that the successful contractor maximises the return on the items sold.
II.1.6)Common procurement vocabulary (CPV)
79342400, 79957000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Jewellery, watches and personal property. Other miscellaneous property such as costume jewellery, clothing, designer clothing and accessories, electronic equipment, televisions, music systems, games, computers, sports equipment, antiques and fine art
Cars, motorcycles, personal registrations (vehicle number plates), miscellaneous vehicles, (including yellow plant and machinery, boats and yachts). Houses and other permanent structures including land and commercial property.
The successful contractor may also be asked to sell any other property that the Police have permission to sell.
Estimated value excluding VAT: 1 000 000 GBP
II.2.2)Information about options
Description of these options: The initial agreement will be for 3 years with the option to extend for a further year.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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: See ITT.
III.2.3)Technical capacity
See ITT.
Minimum level(s) of standards possibly required:
See ITT.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Notice on a buyer profile
Notice number in the OJEU: 2015/S 037-063549 of 21.2.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This tender process is being carried out using EU-Supply, a third party e-tendering system. In order to express an interest and potentially tender for this opportunity you must first register your company details on the following website: https://uk.eu-supply.com
There is no fee to register and no subscription charge. Tender documentation will only be made available via EU-Supply. You are not required to contact the Procurement Department at Merseyside Police directly to express interest in this tender opportunity.
Supplier contact with Merseyside Police about any matter relating to this procurement must be made via the message section within EU-Supply. No other methods of communication will receive a response. No requests should be directed to any other officer or employee of the Commissioner, or its advisors or any other statutory body without the Commissioners prior written agreement.
This applies during the whole period of the restricted tender process.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: