
Market Leads & Opportunities
United Kingdom-Winsford: Forensic Marking Products
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-024371/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
National registration number: N/A
Postal address: Headquarters, Clemonds Hey, Oakmere Road,
Town: Winsford, Cheshire
Postal code: CW7 2UA
Country: United Kingdom
Contact Person: Kim Hall
Telephone: +44 01606363334
Email: Kim.Hall@cheshire.police.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Forensic Marking Products
Reference number: CPA/SPU/1764P
II.1.2) Main CPV code: 35000000
II.1.3) Type of contract: Supplies
II.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.
II.1.5) Estimated total value:
Value excluding VAT: 1000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
35100000, 35120000, 35121000, 35123000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
CW7 2UA
II.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.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 1000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2023-11-01End: 2027-10-31
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
III.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
III.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
III.2.2) Contract performance conditions: As set out in the Tender
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.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 operatorIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-09-19 Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-09-19 Local time: 11:00 Place:Online – E-tendering System
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Town: Manchester
Country: United Kingdom
VI.5) Date of dispatch of this notice:2023-08-18
More Opportunties
- Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> >