Tender

Supply and Maintenance of Dual Column Headspace Gas Chromatography Flame Ionisation Detection Instruments (HS-GC/FID)

SCOTTISH POLICE AUTHORITY

This public procurement record has 1 release in its history.

Tender

16 Sep 2021 at 00:00

Summary of the contracting process

The Scottish Police Authority is conducting an open tender process for the supply and maintenance of three Dual Column Headspace Gas Chromatography Flame Ionisation Detection Instruments (HS-GC/FID), with a deadline for submissions set for 18 October 2021. The procurement is currently in the tender stage and will take place in Glasgow, UK, as part of the public order and safety industry category. Interested parties should be aware that bids can only be submitted electronically through the specified online portal.

This tender presents a significant opportunity for businesses specialising in forensic or clinical toxicology equipment and services, particularly those capable of providing installation and training for the HDD instruments. Companies with relevant certifications and prior experience in similar contracts will be well-positioned to compete. Moreover, there is an option to purchase an additional instrument along with maintenance services, making this contract potentially beneficial for businesses aiming to expand their customer base in the forensic 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 and Maintenance of Dual Column Headspace Gas Chromatography Flame Ionisation Detection Instruments (HS-GC/FID)

Notice Description

Supply, Delivery and Installation of 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages

Lot Information

Lot 1

The Scottish Police Authority Forensic Services is expanding its remit to provide a post-mortem forensic toxicology service to the Crown Office and Procurator Fiscal Service (COPFS) who are responsible for the investigations into sudden, unexplained deaths in Scotland. . A new toxicology laboratory for Scotland is to be created to provide state-of-the-art testing capabilities for police and prosecutors. The new facility will be located in Glasgow. This will be a busy laboratory service receiving up to 4000 cases per annum and requiring a quick turnaround. . Scottish Police Authority, Forensic Services, has a requirement to procure 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages. These instruments will be used in a forensic toxicology laboratory and will be located at the new facility. . A proposal for 3 x indoor hydrogen generators and 3 x indoor air generators (one per instrument) or alternative solution using less generators with high capacities is also requested as part of the tender.

Options: Within the contract the Authority include the option to purchase one additional HS-GC/FID instrument with associated maintenance package.

Renewal: Option to extend the contract for one period of up to three years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000665371
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427595
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38432210 - Gas chromatographs

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Sep 20214 years ago
Submission Deadline
18 Oct 2021Expired
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
Not specified
Contact Email
james.brennan@scotland.pnn.police.uk
Contact Phone
+44 7717878917

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 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-r6ebe6-0000665371-2021-09-16T00:00:00Z",
    "date": "2021-09-16T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000665371",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-11",
            "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": "james.brennan@scotland.pnn.police.uk",
                "telephone": "+44 7717878917",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/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-12",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-11"
    },
    "tender": {
        "id": "PROC-21-1004",
        "title": "Supply and Maintenance of Dual Column Headspace Gas Chromatography Flame Ionisation Detection Instruments (HS-GC/FID)",
        "description": "Supply, Delivery and Installation of 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "38432210",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2021-10-18T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-10-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP427595",
                "documentType": "contractNotice",
                "title": "Supply and Maintenance of Dual Column Headspace Gas Chromatography Flame Ionisation Detection Instruments (HS-GC/FID)",
                "description": "Supply, Delivery and Installation of 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427595",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Police Authority Forensic Services is expanding its remit to provide a post-mortem forensic toxicology service to the Crown Office and Procurator Fiscal Service (COPFS) who are responsible for the investigations into sudden, unexplained deaths in Scotland. . A new toxicology laboratory for Scotland is to be created to provide state-of-the-art testing capabilities for police and prosecutors. The new facility will be located in Glasgow. This will be a busy laboratory service receiving up to 4000 cases per annum and requiring a quick turnaround. . Scottish Police Authority, Forensic Services, has a requirement to procure 3 x Dual Column Headspace Gas Chromatography Flame Ionisation Detection (HS-GC/FID) instruments and associated maintenance packages. These instruments will be used in a forensic toxicology laboratory and will be located at the new facility. . A proposal for 3 x indoor hydrogen generators and 3 x indoor air generators (one per instrument) or alternative solution using less generators with high capacities is also requested as part of the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "options": {
                    "description": "Within the contract the Authority include the option to purchase one additional HS-GC/FID instrument with associated maintenance package."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend the contract for one period of up to three years."
                }
            }
        ],
        "bidOpening": {
            "date": "2021-10-18T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Key Performance Indications are detailed within the Invitation to Tender"
        },
        "coveredBy": [
            "GPA"
        ],
        "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."
                },
                {
                    "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 = 5 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 = 2 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. .",
                    "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."
                },
                {
                    "type": "technical",
                    "description": "SPD Question 4C.1.2 Technical and Professional Ability It is a mandatory requirement of this tender that bidders can demonstrate that they have supplied and successfully implemented HS-GC/FID instruments (including installation and training required to enable the customer to operate successfully) in the fields of Forensic Toxicology or Clinical Toxicology. A minimum of 2 and a maximum of 3 examples to be provided. .",
                    "minimum": "SPD Question 4D.1 Quality Assurance It is a mandatory requirement of the contract that the manufacturers/developers of the instruments/software and those providing technical support, either remotely or on-site, are certified to ISO/IEC 27001 (or equivalent) or have equivalent arrangements in place for the 14 control areas listed below: 1) Information Security Policies 2) Organization of Information Security 3) Human Resource Security 4) Asset Management 5) Access Control 6) Cryptography 7) Physical and environmental security 8) Operation Security 10) System acquisition, development and maintenance 11) Supplier relationships 12) Information security incident management 13) Information security aspects of business continuity management 14) Compliance Further guidance is provided within the Qualification Envelope within PCS-T"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "38432210",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-016072"
        }
    ],
    "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 or 3 as appropriate depending on the person's role and activity they undertake. . 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 19646. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:665371)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000665371"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}