By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Supply of a Digital Forensic Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Avon and Somerset Constabulary
N/A
PO Box 37, Valley Road, Portishead
For the attention of: Jenny Tromans
BS20 8QJ Bristol
UNITED KINGDOM
Telephone: +44 1275816567
E-mail:

Internet address(es):

Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/31798

Electronic access to information: http://www.bluelight.gov.uk

Electronic submission of tenders and requests to participate: http://www.bluelight.gov.uk

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
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

The entities named in II.2.1)

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Supply of a Digital Forensic Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 23: Investigation and security services, except armoured car services
Main site or location of works, place of delivery or of performance: UK.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 2

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:
Range: between 800 000 and 8 000 000 GBP
Frequency and value of the contracts to be awarded: Unkown, values are an estimate only.
II.1.5)Short description of the contract or purchase(s)
The South West Regional High Tec Crime Unit (HTCU) are seeking a supplier or suppliers to deliver a Digital Forensic Service. The supplier/s are required to provide a flexible service to support the HTCU during periods of high demand for the forensic analysis of electronic devices including mobile phones, computers and other devices.
II.1.6)Common procurement vocabulary (CPV)

72000000, 75240000, 79700000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The initial Contract duration is intended to be for a period of 3 years with the option, at the Authority's discretion to extend the contract for a further period of 1 year.
The Contract will take the form of a Framework Agreement which will be available for use by the Customer and the following named Police Forces / Police and Crime Commissioner's (PCC's) and any third party organisations procuring on their behalf:
- Devon and Cornwall;
- Dorset;
- Wiltshire;
- Dyfed Powys Police;
- Gloucestershire Police;
- Greater Manchester Police;
- Hampshire Police;
- Humberside Police;
- Lancashire Police;
- North Yorkshire Police;
- North Wales Police;
- Police Service of Northern Ireland;
- South Yorkshire Police;
- Staffordshire Police;
- Surrey Police;
- Sussex Police;
- Thames Valley Police;
- West Yorkshire Police.
Tenderers should be aware that as at the date of this ITT none of these Force's/ PCC's listed has committed to appoint the successful Tenderer/s for all or any of their respective requirements at any point during the term of the Contract. For this reason, both the Requirements and the Tender evaluation methodology described in this ITT have been designed primarily to reflect those requirements relating specifically to the Customer. In turn, it is anticipated that it will be only those other Force's whose requirements are materially similar to those of the Customer who will be able to make use of this procurement exercise and purchase services via the Contract.
Estimated value excluding VAT:
Range: between 800 000 and 8 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 048 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the tender documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The information is set out in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The information is set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: The information is set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The information is set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
The information is set out in the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The information is set out in the pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SPS0509
IV.3.2)Previous publication(s) concerning the same contract
no
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
12.10.2015 - 09:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
2.11.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
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
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Tenderers are required to register and express their interest through the Bluelight Portal (www.bluelight.gov.uk). The opportunity is within the EU Supply area within the web site. It is free to register on the Bluelight Portal.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.9.2015