Notice Information
Notice Title
Provision of Dual Column Headspace Gas Chromatography Flame Ionisation Detection Instruments
Notice Description
Supply, Delivery and Installation of 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages
Lot Information
Lot 1
The Scottish Police Authority Forensic Services is expanding its remit to provide a post-mortem forensic toxicology service to the Crown Office and Procurator Fiscal Service (COPFS) who are responsible for the investigations into sudden, unexplained deaths in Scotland. A new toxicology laboratory for Scotland is to be created to provide state-of-the-art testing capabilities for police and prosecutors. The new facility will be located in Glasgow. This will be a busy laboratory service receiving up to 4000 cases per annum and requiring a quick turnaround. Scottish Police Authority, Forensic Services, has a requirement to procure 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages. These instruments will be used in a forensic toxicology laboratory and will be located at the new facility. A proposal for 3 x indoor hydrogen generators and 3 x indoor air generators (one per instrument) or alternative solution using less generators with high capacities is also requested as part of the tender.
Options: The Authority shall also have the option to purchase one (1) additional Dual Column Headspace Gas Chromatography Flame Ionisation Detection instrument with associated maintenance and training package.
Renewal: Option to extend the contract for one period of up to three years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c63a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031873-2021
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38432210 - Gas chromatographs
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £226,524 £100K-£500K
Notice Dates
- Publication Date
- 21 Dec 20214 years ago
- Submission Deadline
- 18 Oct 2021Expired
- Future Notice Date
- 20 Aug 2021Expired
- Award Date
- 14 Dec 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Sharon Barr
- Contact Email
- fiona.dewar@scotland.pnn.police.uk
- Contact Phone
- +44 7717878917
Buyer Location
- Locality
- GLASGOW
- Postcode
- G51 1DZ
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland, TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Govan
- Westminster Constituency
- Glasgow South West
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02c63a-2021-12-21T09:54:02Z",
"date": "2021-12-21T09:54:02Z",
"ocid": "ocds-h6vhtk-02c63a",
"description": "(SC Ref:677090)",
"initiationType": "tender",
"tender": {
"id": "PROC 21 1004",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Dual Column Headspace Gas Chromatography Flame Ionisation Detection Instruments",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38432210",
"description": "Gas chromatographs"
},
"mainProcurementCategory": "goods",
"description": "Supply, Delivery and Installation of 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages",
"lots": [
{
"id": "1",
"description": "The Scottish Police Authority Forensic Services is expanding its remit to provide a post-mortem forensic toxicology service to the Crown Office and Procurator Fiscal Service (COPFS) who are responsible for the investigations into sudden, unexplained deaths in Scotland. A new toxicology laboratory for Scotland is to be created to provide state-of-the-art testing capabilities for police and prosecutors. The new facility will be located in Glasgow. This will be a busy laboratory service receiving up to 4000 cases per annum and requiring a quick turnaround. Scottish Police Authority, Forensic Services, has a requirement to procure 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages. These instruments will be used in a forensic toxicology laboratory and will be located at the new facility. A proposal for 3 x indoor hydrogen generators and 3 x indoor air generators (one per instrument) or alternative solution using less generators with high capacities is also requested as part of the tender.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the contract for one period of up to three years."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Authority shall also have the option to purchase one (1) additional Dual Column Headspace Gas Chromatography Flame Ionisation Detection instrument with associated maintenance and training package."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38432210",
"description": "Gas chromatographs"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM82"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Glasgow"
}
}
],
"communication": {
"futureNoticeDate": "2021-08-21T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the Authority's satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question, If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. . SPD Question 4A.2 Authorisation/Membership Where it is required, within a Tenderer's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: . SPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate. . Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. . Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Tenderers may be required to provide a copy of their current Product Liability Insurance certificate. . Professional Indemnity Insurance = 2 million GBP in respect of each claim and in the aggregate. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. . Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. .",
"minimum": "SPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the SPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD Question 4C.1.2 Technical and Professional Ability It is a mandatory requirement of this tender that bidders can demonstrate that they have supplied and successfully implemented HS-GC/FID instruments (including installation and training required to enable the customer to operate successfully) in the fields of Forensic Toxicology or Clinical Toxicology. A minimum of 2 and a maximum of 3 examples to be provided. .",
"minimum": "SPD Question 4D.1 Quality Assurance It is a mandatory requirement of the contract that the manufacturers/developers of the instruments/software and those providing technical support, either remotely or on-site, are certified to ISO/IEC 27001 (or equivalent) or have equivalent arrangements in place for the 14 control areas listed below: 1) Information Security Policies 2) Organization of Information Security 3) Human Resource Security 4) Asset Management 5) Access Control 6) Cryptography 7) Physical and environmental security 8) Operation Security 10) System acquisition, development and maintenance 11) Supplier relationships 12) Information security incident management 13) Information security aspects of business continuity management 14) Compliance Further guidance is provided within the Qualification Envelope within PCS-T",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Key Performance Indications are detailed within the Invitation to Tender",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2021-10-18T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-10-18T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-10-18T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-2697",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7717878917",
"email": "fiona.dewar@scotland.pnn.police.uk",
"name": "Sharon Barr",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.spa.police.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-220",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-14126",
"name": "Agilent Technologies LDA UK Ltd",
"identifier": {
"legalName": "Agilent Technologies LDA UK Ltd"
},
"address": {
"streetAddress": "Lakeside , Cheadle Royal Business Park",
"locality": "Cheadle",
"region": "UK",
"postalCode": "SK8 3GR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 8457125292",
"faxNumber": "+44 8456008356"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-2697",
"name": "Scottish Police Authority"
},
"language": "en",
"awards": [
{
"id": "031873-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-14126",
"name": "Agilent Technologies LDA UK Ltd"
}
]
}
],
"contracts": [
{
"id": "031873-2021-1",
"awardID": "031873-2021-1",
"status": "active",
"value": {
"amount": 226524.82,
"currency": "GBP"
},
"dateSigned": "2021-12-14T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000677090"
}
]
}