Award

Supply and Delivery of Bespoke Disposable Lab Coats, and Bouffant Caps

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

20 Sep 2021 at 09:15

Tender

15 Jul 2021 at 14:14

Summary of the contracting process

The Scottish Police Authority is conducting an open procurement process for the supply and delivery of bespoke disposable lab coats and bouffant caps, classified under protective and safety clothing. This tender is currently in the active stage, with a bid opening date of 19 August 2021 and a completion date indicated to be 20 September 2021 for the contract signing. The procurement method details the contract as involving an open procedure, allowing broad access to potential bidders. The contract has a foreseeable period of operation with options to renew for two additional one-year terms, reflecting the authority's commitment to maintaining stock over an extended period.

This tender presents a significant opportunity for businesses specialising in protective clothing or related goods to engage with the public sector. Companies that can demonstrate compliance with statutory regulations such as the Equality Act 2010 and are able to offer quality products at competitive prices will be well-positioned for successful bidding. Additionally, suppliers who are familiar with community benefits and can demonstrate proactive engagement in job creation, training, and apprenticeships will find their proposals particularly compelling to the Scottish Police Authority. Overall, SMEs and businesses within the local UK region, potentially engaged in textile manufacturing or supply, are encouraged to participate.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply and Delivery of Bespoke Disposable Lab Coats, and Bouffant Caps

Notice Description

Supply and Delivery of Bespoke Disposable Lab Coats, and Bouffant Caps

Lot Information

Lot 1

Supply and Delivery of Bespoke Disposable Lab Coats, and Bouffant Caps

Renewal: There is scope within the contract to extend for two further periods of 1 year (1 year + 1 year).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c870
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023282-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35113400 - Protective and safety clothing

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£352,474 £100K-£500K

Notice Dates

Publication Date
20 Sep 20214 years ago
Submission Deadline
19 Aug 2021Expired
Future Notice Date
Not specified
Award Date
19 Sep 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
August 2023/2024

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
shona.gordon@scotland.pnn.police.uk
Contact Phone
+44 1786289070

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

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

SIRUS MICROTECH LIMITED T/A SPECIALITY TEXTILES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02c870-2021-09-20T10:15:02+01:00",
    "date": "2021-09-20T10:15:02+01:00",
    "ocid": "ocds-h6vhtk-02c870",
    "description": "Economic Operators Applicable to OJEU Notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. . Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer's detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation . Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form. Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the ESPD. . Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. (SC Ref:667133)",
    "initiationType": "tender",
    "tender": {
        "id": "PROC21-0894",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply and Delivery of Bespoke Disposable Lab Coats, and Bouffant Caps",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35113400",
            "description": "Protective and safety clothing"
        },
        "mainProcurementCategory": "goods",
        "description": "Supply and Delivery of Bespoke Disposable Lab Coats, and Bouffant Caps",
        "lots": [
            {
                "id": "1",
                "description": "Supply and Delivery of Bespoke Disposable Lab Coats, and Bouffant Caps",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is scope within the contract to extend for two further periods of 1 year (1 year + 1 year)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35113400",
                        "description": "Protective and safety clothing"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD 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 SPA'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.",
                    "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: ESPD 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 which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. 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 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. . ESPD 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 ESPD 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": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years. You must describe in sufficient detail the required experience in terms of the specific supplies/services, the number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured. . ESPD Question 4C.12 Quality Control It is a mandatory requirement that Bidders meet the required standards (or equivalent) in respect of the following within 20 weeks of contract award:- -EN13034: 2005+A1:2009 'Performance requirements for protective clothing offering limited protective performance against liquid chemicals' (partial protection Type 6PB); -The fabric of the garments shall offer resistance against infective agents, meeting appropriate Standards such as EN14126:2003 'Protective clothing against infective agents' ISO16604 Resistance to Blood-borne Pathogens; - The garments shall be anti-statically treated to meet appropriate Standards such as EN1149-5 'Protective clothing - electrostatic properties'. . ESPD Question 4C.2 Technical and Professional Ability (Technicians or Technical Bodies) Tenderers will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-08-19T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "awardPeriod": {
            "startDate": "2021-08-19T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-08-19T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "August 2023/2024"
        }
    },
    "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 1786289070",
                "email": "shona.gordon@scotland.pnn.police.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "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-28770",
            "name": "Sirus Microtech Limited t/a Speciality Textiles",
            "identifier": {
                "legalName": "Sirus Microtech Limited t/a Speciality Textiles"
            },
            "address": {
                "streetAddress": "Unit 2C, Westpark 26",
                "locality": "Wellington",
                "region": "UKK23",
                "postalCode": "TA21 9AD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1823660665"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2697",
        "name": "Scottish Police Authority"
    },
    "language": "en",
    "awards": [
        {
            "id": "023282-2021-Proc-21-0894-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-28770",
                    "name": "Sirus Microtech Limited t/a Speciality Textiles"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "023282-2021-Proc-21-0894-1",
            "awardID": "023282-2021-Proc-21-0894-1",
            "status": "active",
            "value": {
                "amount": 352474,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-20T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    }
}