Tender for Supply of Forensic Marking Products
Surrey Police are looking to award a framework for the provision of forensic marking products.
United Kingdom-Guildford: Surveillance and security systems and devices
2017/S 180-368375
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
N/A
Surrey Police, Mount Browne, Sandy Lane
Guildford
GU3 1HG
United Kingdom
Contact person: Benjamin Hilliam
Telephone: +44 1483632083
E-mail: Benjamin.hilliam@surrey.pnn.police.uk
NUTS code: UK
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/30091
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Forensic Marking Products and Associated Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Surrey Police are looking to award a framework for the provision of Forensic Marking Products, this includes supply, installation and identification of products purchased.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Surrey Police (‘the Authority’) would like to invite you to submit a tender for the Provision of Forensic Marking Products and Associated Services. This tender is seeking to identify a supplier for what will be an incremental approach, over the framework’s lifetime, to target identified areas where crime has taken place or is likely to in order prevent and detect these offences. The ability to identify property and persons involved in these crimes and have this converted to evidence that is admissible in court in a timely cost effective manner is a vital component of the tender process.
The Framework Term shall be for 3 years with the option to extend the Framework by an additional 12 month increment, making the maximum possible Framework Term 4 years. The option to extend the Framework shall be at the sole discretion of the Police and Crime Commissioner for Surrey. The Police and Crime Commissioner for Surrey is acting as lead force for a Framework Agreement for Surrey Police, Sussex Police, the Office of the Police and Crime Commissioner for Surrey and the Office of the Police and Crime Commissioner for Sussex who may wish to request the provision of goods and services under this Framework at their discretion. The above named parties have expressed an interest in this Framework, however there is no commitment for them to utilise the Framework. Any of the above named parties can raise call off contracts/purchase orders at any time during the term of the Framework at their discretion.
The purpose of the Invitation to tender is to invite you to review our requirements and submit your best price and overall offer, returning the documents along with any other necessary documentation in support of your bid to the Authority in accordance with the procurement process outlined within this invitation to tender.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The tender process for this framework agreement will be conducted via the EU Supply tendering portal. The Invitation to Tender has been published with this notice and to access this document prospective tenderers are required to register on www.eu-supply.com
Hard copies or emailed responses will not be accepted. Following this date the evaluation panel will evaluate the responses to identify the tenderer who has submitted the most economically advantageous response.
The PCC for Surrey reserves the right not to award a contract and is not liable for any costs incurred by any prospective tenderers.
All enquiries should be made via the tendering portal.
VI.4.1)Review body
PO Box 412
Guildford
GU3 1YJ
United Kingdom
E-mail: benjamin.hilliam@surrey.pnn.police.uk
VI.4.3)Review procedure
This authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: