Award

Section 5a Forensic Drug Driving Toxicology Casework Analysis Services

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

21 Jan 2021 at 00:00

Tender

05 Nov 2020 at 00:00

Summary of the contracting process

The Scottish Police Authority is seeking a qualified service provider for the "Section 5a Forensic Drug Driving Toxicology Casework Analysis Services," a project valued at £499,999. The procurement method employed is an open procedure, and the tender was published in Glasgow. The tender period for submissions ended on 23 November 2020, with the award process commencing on the same date. This procurement aligns with the services industry, specifically focusing on public order and safety, a critical requirement in light of legislative changes and the ongoing demands of legal case management.

This opportunity holds significant potential for growth for businesses specialising in forensic services, particularly those experienced in toxicology analysis and legal compliance within the UK. Providers who can demonstrate not only technical capabilities but also adherence to quality standards, such as ISO certifications, are particularly well-suited to compete. Given the nature of the service required, businesses offering skilled personnel vetted to non-police standards and robust insurance coverages will have a competitive edge in this procurement process.

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

Section 5a Forensic Drug Driving Toxicology Casework Analysis Services

Notice Description

Provision of Section 5a Forensic Drug Driving Toxicology Casework Analysis Services

Lot Information

Lot 1

The Scottish Police Authority (the Authority) has a requirement to procure the services of a suitably qualified and experienced Service Provider for the provision of Section 5A Forensic Drug Driving Toxicology Casework Analysis Services. . These cases will be to test for drug levels as set out in Section 5A of the 1988 Road Traffic Act. . The Service Provider shall carry out analysis of samples providing interpretations of results in accordance with the requirements of the Authority and the Crown Office and Procurator Fiscal Service (COPFS). The most effective examination and analytical processes shall be used at all times.

Renewal: Optional extension of up to 12 months at the sole discretion of the Authority

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000635189
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404736
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71900000 - Laboratory services

Notice Value(s)

Tender Value
£499,999 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£499,999 £100K-£500K

Notice Dates

Publication Date
21 Jan 20215 years ago
Submission Deadline
23 Nov 2020Expired
Future Notice Date
Not specified
Award Date
5 Jan 20215 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Sharon Barr
Contact Email
charlotte.reid@scotland.pnn.police.uk, sharon.barr@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

KEY FORENSIC SERVICES

Further Information

Notice Documents

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-r6ebe6-0000635189-2021-01-21T00:00:00Z",
    "date": "2021-01-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000635189",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-66",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "name": "Sharon Barr",
                "email": "sharon.barr@scotland.pnn.police.uk",
                "telephone": "+44 1786289070",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-29",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-13",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "Charlotte.Reid@scotland.pnn.police.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-45",
            "name": "Key Forensic Services Ltd",
            "identifier": {
                "legalName": "Key Forensic Services Ltd"
            },
            "address": {
                "streetAddress": "University of Warwick Science Park, Sir William Lyons Road",
                "locality": "Coventry",
                "region": "UKG",
                "postalCode": "CV4 7EZ"
            },
            "contactPoint": {
                "telephone": "+44 7772294609"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-15",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-13"
    },
    "tender": {
        "id": "PROC-20-0625",
        "title": "Section 5a Forensic Drug Driving Toxicology Casework Analysis Services",
        "description": "Provision of Section 5a Forensic Drug Driving Toxicology Casework Analysis Services",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 499999,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2020-11-23T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-11-23T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV399166",
                "documentType": "contractNotice",
                "title": "Section 5a Forensic Drug Driving Toxicology Casework Analysis Services",
                "description": "Provision of Section 5a Forensic Drug Driving Toxicology Casework Analysis Services",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399166",
                "format": "text/html"
            },
            {
                "id": "JAN404736",
                "documentType": "awardNotice",
                "title": "Section 5a Forensic Drug Driving Toxicology Casework Analysis Services",
                "description": "Provision of Section 5a Forensic Drug Driving Toxicology Casework Analysis Services",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404736",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Police Authority (the Authority) has a requirement to procure the services of a suitably qualified and experienced Service Provider for the provision of Section 5A Forensic Drug Driving Toxicology Casework Analysis Services. . These cases will be to test for drug levels as set out in Section 5A of the 1988 Road Traffic Act. . The Service Provider shall carry out analysis of samples providing interpretations of results in accordance with the requirements of the Authority and the Crown Office and Procurator Fiscal Service (COPFS). The most effective examination and analytical processes shall be used at all times.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional extension of up to 12 months at the sole discretion of the Authority"
                }
            }
        ],
        "bidOpening": {
            "date": "2020-11-23T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "The COVID-19 outbreak has given rise to an urgent need for the provision of Section 5A Forensic Drug Driving Toxicology Casework Analysis Services because of an unforeseen increase in caseload since April 2020 and a requirement to progress this casework in line with court dates set out in legislation. This does not give the Scottish Police Authority sufficient time to comply with the standard open procedure timescales for this procurement. The Scottish Police Authority considers this to be a state of urgency which it has duly substantiated. Accordingly, the Scottish Police Authority is using the accelerated time limits permitted under the Public Contract (Scotland) Regulations 2015, Regulation 28(5) in respect of this procurement."
        },
        "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 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. . ESPD 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."
                },
                {
                    "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 without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. . Professional Indemnity Insurance = 2 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 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": "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."
                },
                {
                    "type": "technical",
                    "description": "ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the Tenderer in the last 3 years. . It is a mandatory requirement of this tender that bidders can demonstrate a minimum of 3 years experience providing services of a similar nature and scale. . A minimum of 2 and a maximum of 3 relevant examples of services carried out during the last three years must be provided, including references. . Forensic scientists will require to be approved to give evidence in Scottish Courts by the Justice Secretary and therefore will require to demonstrate appropriate experience at this level. . ESPD Question 4C.12 Quality Control Requirements Tenderers must possess BS EN ISO/IEC 17025:2005 or BS EN ISO/IEC 17025:2017 accreditation issued by UKAS and the services being provided under this contract must be within the scope of the accreditation. Schedule of accreditation to be provided by tenderer."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "71900000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Vetting The tenderer's representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the services shall be vetted to Non Police Personnel Vetting Standards (NPPV) Level 1. It would be beneficial if tenderer's put forward a team that hold or have recently held NPPVLevel 1. . 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:641820)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000635189"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000635189"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC-20-0625",
            "suppliers": [
                {
                    "id": "org-45",
                    "name": "Key Forensic Services Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC-20-0625",
            "awardID": "PROC-20-0625",
            "status": "active",
            "value": {
                "amount": 499999,
                "currency": "GBP"
            },
            "dateSigned": "2021-01-05T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 219-539057"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "79",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "80",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "81",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "82",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "83",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}