Contract notice
Section I: Contracting
authority
I.1) Name and addresses
National Crime Agency
PO Box 8000
London
SE11 5EN
UK
E-mail: commercial.department@nca.gov.uk
NUTS: UK
Internet address(es)
Main address: http://ho.bravosolution.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://ho.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://ho.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Forensic Digital and Traditional Services
Reference number: NCA/2018/508
II.1.2) Main CPV code
72800000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking to secure commercial forensic contracts to support the activity of the National Crime Agency, Immigration Enforcement — Criminal Financial Investigations and Greater Manchester Police.
It is intended that contract duration will be for four years (4) plus up to 2 x 1 year (12 month) extensions. The procurement will be split into 2 Lots:
Lot 1: Traditional Forensic Services, which will include Drugs, DNA, Questioned Documents, Firearms, Noxious Substances, Tachograph examination; and
Lot 2: Digital Forensic Services which will include Mobile Devices, Cell Site Analysis and Computers. The Authority is intending to award contracts with 2 suppliers for each Lot. Suppliers may bid for both Lots. The suppliers will be required to manage complex cases and be multi-disciplined. The estimated value of both Lots is between 13 000 000 GBP and 16 000 000 GBP.
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.2) Additional CPV code(s)
33950000
35000000
64200000
75241100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Traditional Forensic Services, which will include Drugs, DNA, Questioned Documents, Firearms, Noxious Substances, Tachograph examination.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Up to 2 x 1 year extensions.
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:
Yes
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.2.2) Additional CPV code(s)
72800000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Digital Forensic Services which will include Mobile Devices, Cell Site Analysis and Computers.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Up to 2 x 1 year extensions.
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:
Yes
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:
2018/S 005-007076
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/08/2018
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
06/08/2018
Local time: 15:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
Under the National Crime Agency’s commitment to the collaborative agenda it is intended to structure any contract(s) resulting from this procurement to allow use by all UK Law Enforcement Agencies and their statutory successors and organisations created as a result of re-organisation or organisational changes. Such use is not guaranteed and would be at the approval of the National Crime Agency. The National Crime Agency reserves the right to:
— cancel this procurement,
— not award a contract as a result of this procurement,
— amend or vary this procurement, or
— award a contract to more than 1 contractor as a result of this procurement.
The Client intends to use an e-tendering tool URL address http://ho.bravosolution.co.uk
VI.4) Procedures for review
VI.4.1) Review body
National Crome Agency
PO Box 8000
London
UK
VI.5) Date of dispatch of this notice
09/07/2018