Tender

Supply of Toxicology Services

CROWN OFFICE AND PROCURATOR FISCAL SERVICE

This public procurement record has 1 release in its history.

Tender

25 Jul 2022 at 09:39

Summary of the contracting process

The Crown Office and Procurator Fiscal Service (COPFS) in Edinburgh is currently conducting a tender process for the "Supply of Toxicology Services," which falls under the laboratory services category. This procurement is at the tender stage, with the submission deadline set for 25th August 2022 at midday. The contract will start on 31st August 2022 and will continue until 30th November 2022, with a potential extension option for an additional twelve months. The estimated contract value is £900,000.

This tender presents significant opportunities for businesses specialising in toxicology and laboratory services, particularly those capable of providing post-mortem toxicology analysis. Companies with experience in complex healthcare-related contracts and solid credentials in public sector service delivery would be well-positioned to compete. As the service transitions to the Scottish Police Authority, ensuring continuity of care whilst adhering to stringent selection criteria will be pivotal for successful bidders looking to grow their business in this sector.

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 of Toxicology Services

Notice Description

The Lord Advocate through the Crown Office and Procurator Fiscal Service (COPFS) has responsibility in Scotland for the prosecution of crime in Scotland and the investigation of sudden or suspicious deaths which require further investigation. As part of the process of investigating deaths, the Procurator Fiscal may, in order to establish the cause and mechanism of death, instruct post-mortem examinations at specified mortuaries. As part of the post-mortem process, the Pathologists may require toxicological analysis in order to assist with the determination of the cause of death. COPFS currently contracts with Glasgow University (the University) of these post-mortem toxicological services for the whole of Scotland (excluding Aberdeenshire and the Highlands). The University is currently working through a transition process as agreed with COPFS and Scottish Government leading to the transfer of this service to the Scottish Police Authority (SPA) effective from 1st December 2022. As part of that transition process the University is required to engage closely with SPA to successfully implement the transition and to establish the new laboratory facilities. As a consequence, there will be periods when the University is not able to fully engage with operational service delivery and therefore service provision will require to be supplemented and supported.

Lot Information

Lot 1

As part of the determination of the cause of death, Toxicological analysis is required in many cases. At present this Post Mortem Toxicology Service (PMTS) is provided under contract to COPFS by Glasgow University. However, this contractual arrangement will cease on 30th November 2022 at which time provision of the service will transition to the Scottish Police Authority (SPA). The nature of this transition is such that it poses possible risks to service continuity. As a result, COPFS is looking to procure the provision of a Post Mortem Toxicology Support Service (PMTSS) to provide support which will supplement as opposed to replace the existing service. For example, the toxicological analysis for suspicious deaths will not form part of this Lot. It will be expected that the successful tenderer will collect the relevant sample from the designated mortuaries assigned to this specific lot. This contract may be novated to SPA.

Renewal: This can be extended for a further two periods of six months each at the sole discretion of the contracting authority

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03552b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020099-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

85 - Health and social work services


CPV Codes

71900000 - Laboratory services

85111810 - Blood analysis services

85145000 - Services provided by medical laboratories

Notice Value(s)

Tender Value
£900,000 £500K-£1M
Lots Value
£900,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Jul 20223 years ago
Submission Deadline
25 Aug 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Aug 2022 - 30 Nov 2022 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN OFFICE AND PROCURATOR FISCAL SERVICE
Contact Name
Audrey Camerton
Contact Email
audrey.cameron@andersonstrathern.co.uk
Contact Phone
+44 1412426060

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1LA
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM Scotland

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

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-03552b-2022-07-25T10:39:57+01:00",
    "date": "2022-07-25T10:39:57+01:00",
    "ocid": "ocds-h6vhtk-03552b",
    "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=699129. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:699129)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03552b",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply of Toxicology Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71900000",
            "description": "Laboratory services"
        },
        "mainProcurementCategory": "services",
        "description": "The Lord Advocate through the Crown Office and Procurator Fiscal Service (COPFS) has responsibility in Scotland for the prosecution of crime in Scotland and the investigation of sudden or suspicious deaths which require further investigation. As part of the process of investigating deaths, the Procurator Fiscal may, in order to establish the cause and mechanism of death, instruct post-mortem examinations at specified mortuaries. As part of the post-mortem process, the Pathologists may require toxicological analysis in order to assist with the determination of the cause of death. COPFS currently contracts with Glasgow University (the University) of these post-mortem toxicological services for the whole of Scotland (excluding Aberdeenshire and the Highlands). The University is currently working through a transition process as agreed with COPFS and Scottish Government leading to the transfer of this service to the Scottish Police Authority (SPA) effective from 1st December 2022. As part of that transition process the University is required to engage closely with SPA to successfully implement the transition and to establish the new laboratory facilities. As a consequence, there will be periods when the University is not able to fully engage with operational service delivery and therefore service provision will require to be supplemented and supported.",
        "value": {
            "amount": 900000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "As part of the determination of the cause of death, Toxicological analysis is required in many cases. At present this Post Mortem Toxicology Service (PMTS) is provided under contract to COPFS by Glasgow University. However, this contractual arrangement will cease on 30th November 2022 at which time provision of the service will transition to the Scottish Police Authority (SPA). The nature of this transition is such that it poses possible risks to service continuity. As a result, COPFS is looking to procure the provision of a Post Mortem Toxicology Support Service (PMTSS) to provide support which will supplement as opposed to replace the existing service. For example, the toxicological analysis for suspicious deaths will not form part of this Lot. It will be expected that the successful tenderer will collect the relevant sample from the designated mortuaries assigned to this specific lot. This contract may be novated to SPA.",
                "value": {
                    "amount": 900000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-08-31T00:00:00+01:00",
                    "endDate": "2022-11-30T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This can be extended for a further two periods of six months each at the sole discretion of the contracting authority"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85111810",
                        "description": "Blood analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85145000",
                        "description": "Services provided by medical laboratories"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Should a tenderer fail on any selection criteria then their bid may not be taken forward to be evaluated in the technical and price evaluation stage. The SPD (Scotland) will be assessed as follows: Part II - Information concerning the bidder Section A - Information about the Tenderer: Information only and not evaluated. Section B - Information about representative of the Tenderer: Information only and not evaluated. Section C - Information about reliance on capacities of other entities: Information only and not evaluated. Section D - Information concerning sub-contractors: Information only and not evaluated. Part III - Exclusion Grounds Section A - Grounds relating to Criminal Convictions - Pass/Fail. Section B - Taxes and Social Security - Pass/Fail. Section C - Blacklisting - Pass/Fail. Section D - Insolvency, Conflicts of Interest or Professional Misconduct - Pass/Fail.",
                    "minimum": "Question 4B.1.1 - Tenderers must provide their (general) yearly turnover for the last three complete financial years based on their last set of audited or published accounts. Tenderers will be required to have a minimum \"general\" yearly turnover of an amount equal to 50% the estimated value of the lot applied for in each of the last 3 financial years - Pass/Fail. Question 4B.4 - Net worth of the organisation must be positive. Intangibles can be included for the purpose of the Total Assets figure. This is calculated in the Current Ratio Total Assets/Total Liabilities - Pass/Fail. Note: For Q4B.2.1 and 4B4 - Tenderers who have been trading for less than 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Tenderers, who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above - Pass/Fail. Question 4B.5.1a/b and 4B5.2- Tenderers must evidence that they have or can commit to having either: The following insurance in place: (i) Employers Liability insurance to the value of at least ten million pounds Sterling (GBP10,000,000) in respect of any one event and unlimited in the period. (ii) Public Liability insurance to the value of at least ten million pounds Sterling (GBP10,000,000) in respect of any one event and unlimited in the period. (iii) professional Indemnity insurance to the value of at least five million pounds Sterling (GBP 5,000,000).",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Question 4C.1.2 - Tenderers must provide 2 relevant examples of their experience of delivering a significant and complex range of services which have a high public profile within the past 3 years (examples from both public and/or the private sector will be acceptable although preferably one example should be from the public sector). For each example, the following information should be included but not be limited to: An overview of the contract including Customer Name, start/end date, value, description. Each example should demonstrate the experience that your company has of delivering highly complex services of a similar scale. It should also demonstrate how in performing these services they have taken steps to transform the service, improved the outcomes for the public/client and promoted efficiencies. Responses should not exceed 2 x sides of A4 per example (one double sided A4 sheet) and should be submitted in Arial font 11. Where a submission exceeds the maximum number of pages requested, no account will be taken of the content beyond the maximum pages stipulated.",
                    "minimum": "shall be scored as per the scoring scale detailed below: 0 Unacceptable Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this requirement. 1 Poor Response is partially relevant but generally poor. The response shows some elements of relevance to the requirement but contains insufficient/limited detail or explanation to demonstrate delivery of complex services on a similar scale. 2 Acceptable Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity in providing complex services of a similar scale. 3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge and skills/capacity relevant to providing services of a similar scale to similar clients. 4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing services of a similar scale to similar clients.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-08-25T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-08-25T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-08-25T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-2817",
            "name": "Crown Office and Procurator Fiscal Service",
            "identifier": {
                "legalName": "Crown Office and Procurator Fiscal Service"
            },
            "address": {
                "streetAddress": "Crown Office, 25 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH1 1LA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Audrey Camerton",
                "telephone": "+44 1412426060",
                "email": "audrey.cameron@andersonstrathern.co.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.copfs.gov.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00292",
                "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-2246",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street,",
                "locality": "Edinburgh,",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "edinburgh@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2817",
        "name": "Crown Office and Procurator Fiscal Service"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000699129"
        }
    ],
    "language": "en"
}