Tender

Mark Enhancement Workstation

SCOTTISH POLICE AUTHORITY

This public procurement record has 1 release in its history.

Tender

14 Dec 2021 at 00:00

Summary of the contracting process

The Scottish Police Authority is seeking to procure a Mark Enhancement Workstation to enhance its forensic services. This procurement falls within the public order and safety industry and is located in Glasgow, UK. The tender, classified under goods, is currently in the planning stage and has an open procurement method. The deadline for bid submissions is 12 January 2022, and the award period will commence immediately thereafter. Interested parties can submit their proposals electronically via the specified URL.

This tender presents considerable growth opportunities for businesses specialising in forensic technology and equipment, particularly those that can provide reliable digital capture systems for fingerprint processing. Suppliers with experience in delivering such services to law enforcement agencies or similar institutions will be well-positioned to compete. Additionally, companies that can demonstrate community benefits, such as targeted recruitment and engagement with SMEs, will have a competitive advantage in the bidding 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

Mark Enhancement Workstation

Notice Description

SPA Forensic Services has a requirement to procure a Mark Enhancement Workstation. The contract needs to deliver a digital capture system for use in the capture and onward transmission of fingerprints recovered from test items to aid the criminal justice process.

Lot Information

Lot 1

SPA Forensic Services has a requirement to procure a Mark Enhancement Workstation. The contract needs to deliver a digital capture system for use in the capture and onward transmission of fingerprints recovered from test items to aid the criminal justice process.

Options: The duration of the contract will be three (3) years with the option to extend the Contract for a further two (2) periods of up to 24 months at the sole discretion of the Authority.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000676948
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435730
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website 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

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33950000 - Clinical forensics equipment and supplies

33951000 - Post-mortem fingerprint or impression materials

Notice Value(s)

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

Notice Dates

Publication Date
14 Dec 20214 years ago
Submission Deadline
12 Jan 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
Not specified
Contact Email
ibragim.ismailov@scotland.pnn.police.uk
Contact Phone
+44 7867153589

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-r6ebe6-0000676948-2021-12-14T00:00:00Z",
    "date": "2021-12-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000676948",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-103",
            "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": "ibragim.ismailov@scotland.pnn.police.uk",
                "telephone": "+44 7867153589",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "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-41",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-103"
    },
    "tender": {
        "id": "PROC-21-1082",
        "title": "Mark Enhancement Workstation",
        "description": "SPA Forensic Services has a requirement to procure a Mark Enhancement Workstation. The contract needs to deliver a digital capture system for use in the capture and onward transmission of fingerprints recovered from test items to aid the criminal justice process.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33950000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33951000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-01-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-01-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC435730",
                "documentType": "contractNotice",
                "title": "Mark Enhancement Workstation",
                "description": "SPA Forensic Services has a requirement to procure a Mark Enhancement Workstation. The contract needs to deliver a digital capture system for use in the capture and onward transmission of fingerprints recovered from test items to aid the criminal justice process.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435730",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "SPA Forensic Services has a requirement to procure a Mark Enhancement Workstation. The contract needs to deliver a digital capture system for use in the capture and onward transmission of fingerprints recovered from test items to aid the criminal justice process.",
                "status": "active",
                "options": {
                    "description": "The duration of the contract will be three (3) years with the option to extend the Contract for a further two (2) periods of up to 24 months at the sole discretion of the Authority."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2022-01-12T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "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 (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Professional Indemnity Insurance = 2 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. 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."
                },
                {
                    "type": "technical",
                    "description": "Part 4C: Services Part 4C: Quality Control",
                    "minimum": "Part 4C: Services Minimum number of relevant examples: Your examples should be from within the last 3 years. A minimum of 1 and a maximum of 2 examples should be provided. Requirement: 'It's a mandatory requirement of the tender that bidders are able evidence that the Mark Enhancement Workstation kits/instruments proposed in response to this tender have been used by other forensic science providers in this regard, Tenderers should provide details of reference point(s) that have used their digital capture system for use in the capture and onward transmission of fingerprints recovery.' Part 4C: Quality Control Bidders must provide evidence of compliance with ISO 9001:2015 Quality Management Systems or an equivalent standard."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "33950000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20297. For more information see: http://www.publiccontractsscotland.gov.uk A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk 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 It has become clear that there is scope within the EU legal framework which applies to public Contracts, to use Contracts to deliver wider social benefits such as: - Targeted recruitment and training (providing employment and training opportunities/apprenticeships); - SME and social enterprise development; - Community engagement; As part of the Technical Criteria, Tenders are required to provide an outline of all Community Benefits that can be offered in relation to the Contract. Please note any Community Benefits offered shall be monitored throughout the Contract period to ensure delivery. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20297. 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: It has become clear that there is scope within the EU legal framework which applies to public Contracts, to use Contracts to deliver wider social benefits such as: - Targeted recruitment and training (providing employment and training opportunities/apprenticeships); - SME and social enterprise development; - Community engagement; As part of the Technical Criteria, Tenders are required to provide an outline of all Community Benefits that can be offered in relation to the Contract. Please note any Community Benefits offered shall be monitored throughout the Contract period to ensure delivery. (SC Ref:676948)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000676948"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}