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