Tender

Health and Safety Monitoring Technology Solution

SCOTTISH POLICE AUTHORITY

This public procurement record has 1 release in its history.

Tender

31 Aug 2022 at 07:50

Summary of the contracting process

The Scottish Police Authority has issued a tender with the title "Health and Safety Monitoring Technology Solution" in the goods category. This tender seeks a contractor to develop, supply, install, review, adapt, and maintain a technology solution to monitor detainee vital signs in Police Cells within the Criminal Justice Environment. The contract is currently in the active stage, with a tender deadline of 3rd October 2022.

This tender provides an opportunity for businesses offering patient-monitoring systems and related IT services to compete. Companies with proven experience in health and safety technology solutions, specifically in monitoring vital signs, would be well-suited to participate. Interested businesses must ensure compliance with specific requirements such as necessary insurances, financial standing, and technical ability as outlined in the selection criteria of the tender.

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

Health and Safety Monitoring Technology Solution

Notice Description

The Authority require a contractor to develop, supply, install, review and adapt as required and maintain a health and safety monitoring technology solution within the Criminal Justice Environment, specifically Police Cells, which will remotely monitor the vital signs of a detainee throughout all of their time in the cell.

Lot Information

Lot 1

The Authority require a contractor to develop, supply, install, review and adapt as required and maintain a health and safety monitoring technology solution within the Criminal Justice Environment, specifically Police Cells, which will remotely monitor the vital signs of a detainee throughout all of their time in the cell.

Renewal: 3 months extension

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-036439
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024223-2022
Current Stage
Tender
All Stages
Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

33 - Medical equipments, pharmaceuticals and personal care products

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

50 - Repair and maintenance services

72 - IT services: consulting, software development, Internet and support


CPV Codes

32321200 - Audio-visual equipment

32570000 - Communications equipment

33123210 - Cardiac-monitoring devices

33195000 - Patient-monitoring system

33195100 - Monitors

33195110 - Respiratory monitors

35113000 - Safety equipment

50312610 - Maintenance of information technology equipment

72222300 - Information technology services

72267100 - Maintenance of information technology software

Notice Value(s)

Tender Value
£165,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Aug 20223 years ago
Submission Deadline
3 Oct 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Sharon Barr
Contact Email
sharon.barr@scotland.police.uk
Contact Phone
Not specified

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

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-036439-2022-08-31T08:50:40+01:00",
    "date": "2022-08-31T08:50:40+01:00",
    "ocid": "ocds-h6vhtk-036439",
    "description": "Vetting The Tenderer's representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the goods and or services shall be vetted to Non Police Personnel Vetting Standards ((NPPV) Level 2. . Economic Operators 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. . 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 SPD. . Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21980. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:704832)",
    "initiationType": "tender",
    "tender": {
        "id": "PROC-22-1469",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Health and Safety Monitoring Technology Solution",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "33195000",
            "description": "Patient-monitoring system"
        },
        "mainProcurementCategory": "goods",
        "description": "The Authority require a contractor to develop, supply, install, review and adapt as required and maintain a health and safety monitoring technology solution within the Criminal Justice Environment, specifically Police Cells, which will remotely monitor the vital signs of a detainee throughout all of their time in the cell.",
        "value": {
            "amount": 165000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority require a contractor to develop, supply, install, review and adapt as required and maintain a health and safety monitoring technology solution within the Criminal Justice Environment, specifically Police Cells, which will remotely monitor the vital signs of a detainee throughout all of their time in the cell.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "65"
                        },
                        {
                            "type": "price",
                            "description": "35"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 270
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 months extension"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267100",
                        "description": "Maintenance of information technology software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50312610",
                        "description": "Maintenance of information technology equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32321200",
                        "description": "Audio-visual equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32570000",
                        "description": "Communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35113000",
                        "description": "Safety equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33195110",
                        "description": "Respiratory monitors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33195100",
                        "description": "Monitors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33195000",
                        "description": "Patient-monitoring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33123210",
                        "description": "Cardiac-monitoring devices"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "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 = 2 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 - 1 million GBP in respect of each claim and in the aggregate . 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 a minimum of 3 years experience providing goods/services of a similar nature. A minimum of 1 and a maximum of 3 examples to be provided. .",
                    "minimum": "SPD Question 4D Tenderers must hold or be working towards achieving ISO/IEC 27001 before the Contract commences (expected to be November/December 2022) or have equivalent documented incident management procedures in place. Tenders must also hold or be working towards achieving Cyber Essentials Plus before the contract commences .",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Key Performance Indicators are detailed within the Invitation to Tender",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-10-03T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-10-03T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-10-03T12:00:00+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": {
                "name": "Sharon Barr",
                "email": "sharon.barr@scotland.police.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2697",
        "name": "Scottish Police Authority"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000704832"
        }
    ],
    "language": "en"
}