Notice Information
Notice Title
Automated Liquid Handler
Notice Description
The Scottish Police Authority (known as the "the Authority") has a requirement to appoint a suitably qualified and experienced supplier for the Supply and installation of a A Automated Liquid Handling Robot System and related consumables and associated maintenance package.
Lot Information
Lot 1
SPA Forensic Services has a requirement to procure and install an automated liquid handling system plus post installation training, an associated maintenance package and consumables. The instrument must be able to precisely and accurately sample, dilute and dispense solvated certified drug reference materials to produce complex drug mixes for the purpose of calibration and quality control samples for quantification purposes. Additional information: The duration of the contract will be 5 (five) years with the option to extend the Contract for a further 2 (Two) periods of up to 12 (twelve) months each at the sole discretion of the Authority.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05893d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/049263-2025
- 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
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33950000 - Clinical forensics equipment and supplies
Notice Value(s)
- Tender Value
- £110,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Aug 20256 months ago
- Submission Deadline
- 26 Sep 2025Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Not specified
- Contact Email
- jean.iyinikkel@scotland.police.uk
- Contact Phone
- +44 1786895668
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
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-05893d-2025-08-15T16:23:19+01:00",
"date": "2025-08-15T16:23:19+01:00",
"ocid": "ocds-h6vhtk-05893d",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 29940.For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29719. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits can be offered to any geographical area of Scotland. Tenderers should consider the following Community Benefit areas and where possible allocate the benefit intended to be offered against these areas; -Improving education and skills - apprenticeships -Improving local employability - new jobs -Work experience placements/programmes -Delivering training and development -Enhancing & Improving local community projects -Other; Sponsor Charity work, etc. Returns should focus on what your organisation can deliver over the duration of this contract period and will be evaluated accordingly. During the term of the Contract, the Authority will request management information to support the delivery of community benefits. This will be monitored and reported during the lifetime of the Contract (SC Ref:807492)",
"initiationType": "tender",
"tender": {
"id": "PROC-25-2962",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Automated Liquid Handler",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "33950000",
"description": "Clinical forensics equipment and supplies"
},
"mainProcurementCategory": "goods",
"description": "The Scottish Police Authority (known as the \"the Authority\") has a requirement to appoint a suitably qualified and experienced supplier for the Supply and installation of a A Automated Liquid Handling Robot System and related consumables and associated maintenance package.",
"value": {
"amount": 110000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "SPA Forensic Services has a requirement to procure and install an automated liquid handling system plus post installation training, an associated maintenance package and consumables. The instrument must be able to precisely and accurately sample, dilute and dispense solvated certified drug reference materials to produce complex drug mixes for the purpose of calibration and quality control samples for quantification purposes. Additional information: The duration of the contract will be 5 (five) years with the option to extend the Contract for a further 2 (Two) periods of up to 12 (twelve) months each at the sole discretion of the Authority.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33950000",
"description": "Clinical forensics equipment and supplies"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "SPD Question 4B5 Insurances SPD Question 4B6 Financial Standing",
"minimum": "SPD Question 4B5 Insurances: Bidders require to confirm they are already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: Employers (Mandatory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Public (Mandatory) Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Product(Mandatory) Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Professional (Mandatory) Indemnity Insurance = 500 thousand 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. 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 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": "Part 4C: Services Part 4C: Quality Control",
"minimum": "Minimum number of relevant examples: Your examples should be from within the last 5 years. A minimum of 2 and a maximum of 3 examples should be provided. Requirement: 'It's a mandatory requirement of the tender that Bidders are required to provide examples that demonstrate experience relevant to this procurement exercise as detailed in the Contracts Notice (specifically within the Forensic and/or Toxicology environment)'",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasElectronicAuction": true
},
"tenderPeriod": {
"endDate": "2025-09-26T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2025-09-26T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-09-26T12:00:00+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": "UKM",
"postalCode": "G51 1DZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1786895668",
"email": "jean.iyinikkel@scotland.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"
]
}
],
"buyer": {
"id": "GB-FTS-2697",
"name": "Scottish Police Authority"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000807492"
}
],
"language": "en"
}