Section one: Contracting authority
one.1) Name and addresses
Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
Contact
Kim Hall
Telephone
+44 01606363334
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132
one.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=71932&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=71932&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Forensic Marking Products
Reference number
CPA/SPU/1764P
two.1.2) Main CPV code
- 35000000 - Security, fire-fighting, police and defence equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Police and Crime Commissioner for Cheshire (PCC) as the Authority aims to appoint a suitably qualified single supplier of Forensic Marking Products for Offender Identification and Property Marking. The offender identification products will be required to uniquely identify an offender through a forensic solution such as spray or grease derived from the subject’s criminal actions at a crime scene where the product has been covertly or overtly installed.
The Framework will be open for participation by Police Forces named in section II.2.4, and will have a term of 4 years.
Please note the value of £1m is an estimate. The actual spend will depend on funding available to the named Forces through national campaigns such as Safer Streets. The PCC cannot guarantee to suppliers any business through this Framework Agreement.
Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35100000 - Emergency and security equipment
- 35120000 - Surveillance and security systems and devices
- 35121000 - Security equipment
- 35123000 - Site-identification equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
- UKL - Wales
- UKK - South West (England)
- UKG - West Midlands (England)
- UKD - North West (England)
Main site or place of performance
CW7 2UA
two.2.4) Description of the procurement
The Police and Crime Commissioner for Cheshire (PCC) as the Authority aims to appoint a suitably qualified single supplier of Forensic Marking Products for Offender Identification and Property Marking. The PCC wants to continue making Cheshire a safer place to live and work by reducing theft from domestic residences, commercial properties and to enhance 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 such as spray or grease derived from the subject’s criminal actions at a crime scene where the product has been covertly or overtly installed.
The Framework will be open for participation by the following Police Forces:
Avon and Somerset Constabulary, Devon and Cornwall Police, Dorset Police, Gloucestershire Constabulary, Greater Manchester Police, Lancashire Police, West Mercia Police, West Midlands Police, Wiltshire Police, Police Service of Northern Ireland, Gwent Police and South Wales Police.
The Framework term will be 4 years.
Please note the value of £1m is an estimate. The actual spend will depend on funding available to the named Forces through national campaigns such as Safer Streets. The PCC cannot guarantee to suppliers any business through this Framework Agreement.
Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder.
two.2.5) Award criteria
Quality criterion - Name: Section 1 - Forensic Marking Products (individual question weightings in ITT) / Weighting: 50%
Quality criterion - Name: Section 2 - Social Value / Weighting: 10%
Quality criterion - Name: Section 3 - Demonstrations / Weighting: 10%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2023
End date
31 October 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.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 possibly required
As set out in the tender documents
three.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 possibly required
As set out in the tender documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the Tender
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 September 2023
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 September 2023
Local time
11:00am
Place
Online - E-tendering System
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
Manchester
Country
United Kingdom