Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Forensic Services to the West and South Coast Consortium.

  • First published: 14 April 2017
  • Last modified: 14 April 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Avon and Somerset Constabulary
Authority ID:
AA58708
Publication date:
14 April 2017
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 — PACE DNA. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 2 years for Lot 1, PACE DNA and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:- 1) PACE: 2 000 000 GBP.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1) Name and addresses

Avon and Somerset Constabulary

N/A

PO BOX 37, Valley Road, Portishead

Bristol

BS20 8QJ

UK

Contact person: Robert Millward

Telephone: +44 1275814624

E-mail: robert.millward@avonandsomerset.police.uk

NUTS: UK

Internet address(es)

Main address: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/31798

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

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Forensic Services to the West and South Coast Consortium.

Reference number: WSCC Forensic ITT

II.1.2) Main CPV code

79720000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The West and South Coast Forensic Procurement Consortium are seeking

Suppliers to deliver a Forensic Analytical Service to the 19 Forces. The

Consortium is hosted by the PCC's office of Avon & Somerset Constabulary which

is acting on behalf of itself, and the 18 other Police Forces.

The Services required will include both laboratory and scene based services

which will be further described in the tender documents. The requirement will be

for 8 lots.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 42 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 — PACE DNA

II.2.2) Additional CPV code(s)

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 — PACE DNA. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 2 years for Lot 1, PACE DNA and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:- 1) PACE: 2 000 000 GBP.

II.2.5) Award criteria

Price

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

Lot No: 2

II.2.1) Title

Lot 2 — Crime Stain DNA

II.2.2) Additional CPV code(s)

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 — Crime Stain DNA. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 3 years for Lots 2-8 and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:- 2) Crime Stain DNA: 4 000 000 GBP.

II.2.5) Award criteria

Price

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

Lot No: 3

II.2.1) Title

Lot 3 — Other DNA

II.2.2) Additional CPV code(s)

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 3 — Other DNA. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 3 years for Lots 2-8 and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:-3) Other DNA: 2 800 000 GBP.

II.2.5) Award criteria

Price

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

Lot No: 4

II.2.1) Title

Lot 4 — Footwear

II.2.2) Additional CPV code(s)

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 4 — Footwear. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 3 years for Lots 2-8 and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:- 4) Footwear: 200 000 GBP.

II.2.5) Award criteria

Price

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

Lot No: 5

II.2.1) Title

Lot 5 — Drugs

II.2.2) Additional CPV code(s)

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 5 — Drugs. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 3 years for Lots 2-8 and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:- 5) Drugs: 2 700 000 GBP.

II.2.5) Award criteria

Price

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

Lot No: 6

II.2.1) Title

Lot 6 — Road Traffic / Simple Tox

II.2.2) Additional CPV code(s)

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 6 — Road Traffic / Simple Toxicology. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 3 years for Lots 2-8 and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:- 6) Road Traffic / Simple Tox: 800 000 GBP.

II.2.5) Award criteria

Price

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

Lot No: 7

II.2.1) Title

Lot 7 — Casework / Complex Tox

II.2.2) Additional CPV code(s)

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot — Casework / Complex Toxicology. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 3 years for Lots 2-8 and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:- 7) Casework / Complex Toxicology: 1 000 000 GBP.

II.2.5) Award criteria

Price

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

Lot No: 8

II.2.1) Title

Lot 8 — Casework

II.2.2) Additional CPV code(s)

79700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 8 — Casework. The consortium will adopt a multiple supplier strategy per Lot, specific details of which are in the tender documents.

The initial contract duration shall be 3 years for Lots 2-8 and may be extended for up to 2 further years. The consortium Police Forces / Police and Crime Commissioners (PCC's) who would be awarding work from this tender process are: 1) Avon & Somerset; 2) British Transport Police, 3) Cheshire, 4) Cumbria, 5) Devon and Cornwall, 6) Dorset, 7) Dyfed-Powys, 8) Gloucestershire, 9) Greater Manchester, 10) Gwent, 11) Hampshire, 12) Lancashire, 13) Merseyside, 14) North Wales, 15) South Wales, 16) Surrey, 17) Sussex, 18) Thames Valley, 19) Wiltshire. In addition, the Police Service of Northern Ireland (PSNI) may procure services from the selected Contractors, following the initial award for the 19 Forces.

The estimated annual value, based on current spend and demand, excluding VAT is:- 8) Casework: 9 000 000 GBP.

II.2.5) Award criteria

Price

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2016/S 186-333854

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: Lot 1 — PACE DNA

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cellmark

Abingdon

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: PACE DNA

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

LGC

Teddington

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 400 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Lot 2 — Crime Stain DNA

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cellmark

Abingdon

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 800 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Crime Stain DNA

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

LGC

Teddington

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 100 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Crime Stain DNA

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Key Forensic

Coventry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 100 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Lot 3 — Other DNA

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cellmark

Abingdon

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Other DNA

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

LGC

Teddington

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Other DNA

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Key Forensic

Coventry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: Lot 4 — Footwear

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cellmark

Abingdon

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 150 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: Footwear

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Key Forensic

Coventry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 185 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 4

Title: Footwear

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Arrogen

Wantage

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 98 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 5

Title: Lot 5 — Drugs

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

LGC

Teddington

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 100 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 5

Title: Drugs

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Key Forensic

Coventry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 300 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 5

Title: Drugs

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ESG

Bretby

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 6

Title: Lot 6 — Road Traffic / Simple Tox

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cellmark

Abingdon

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 710 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 6

Title: Road Traffic / Simple Tox

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

LGC

Teddington

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 210 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 6

Title: Road Traffic / Simple Tox

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Key Forensic

Coventry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 570 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 6

Title: Road Traffic / Simple Toxicology

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Randox

Crumlin

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 460 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: 7

Title: Lot 7 — Casework / Complex Tox

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cellmark

Abingdon

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 320 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: 7

Title: Complex / Casework Toxicology

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

LGC

Teddington

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 290 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: 7

Title: Complex / Casework Toxicology

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Key Forensic

Coventry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 230 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: 7

Title: Complex / Casework Tox

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Randox

Crumlin

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 945 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Contract No: 8

Title: Lot 8 — Casework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cellmark

Abingdon

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 7 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Contract No: 8

Title: Casework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

LGC

Teddington

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Contract No: 8

Title: Casework

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/01/2017

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Key Forensic

Coventry

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 6 200 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Please note this tender is subject to the light touch regime rules in accordance with regulations 74 to 77 of the Public Contracts Regulations, with the CPV code of 79720000-7 (schedule 3 of the regulations). Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the contracting authority(ies) intend to hold themselves bound by any of the Regulations save those applicable to the light touch regime. Whilst reference has been made to the Open Procedure, solely for the purposes of advertising in OJEU, the contracting authority is not bound to follow the process set out in the Regulations. The contracting authority will describe the process to be followed for this tender in the tender documentation, which are in accordance with the EU principles of transparency and equal treatment of economic operators.

VI.4) Procedures for review

VI.4.1) Review body

See information in VI.4.3

See information in VI.4.3

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The 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 tenders to challenge the award decision before the contract is entered into.

The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

11/04/2017

Coding

Commodity categories

ID Title Parent category
79700000 Investigation and security services Business services: law, marketing, consulting, recruitment, printing and security
79720000 Investigation services Investigation and security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
robert.millward@avonandsomerset.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.