Tender

Forensic Marking Products

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2023/S 000-024371

Procurement identifier (OCID): ocds-h6vhtk-03f54a

Published 18 August 2023, 2:51pm



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

Email

Kim.Hall@cheshire.police.uk

Telephone

+44 01606363334

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

http://www.cheshire.police.uk

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