Notice Information
Notice Title
EC/IR Servicing, Calibration & Gas Provision
Notice Description
2 lot tender for; Lot 1 servicing and calibration of Intoximeter EC/IR devices Lot 2 supply and delivery of calibration gas
Lot Information
servicing and calibration of Intoximeter EC/IR devices
Police Scotland require the servicing and calibration of Intoximeter EC/IR devices and the supply of calibration gas. Lot 1 relates to the servicing and calibration of the EC/IR devices, in order to carry out servicing and calibration of the EC/IR devices a company must be UKAS (United Kingdom Accreditation Service) accredited for the servicing of the Intoximeter EC/IR devices Lot 2 relates to the supply and deliver of suitable calibration gas for the devices.
Renewal: 6 months prior to contract expiry
Lot 2 supply and delivery of calibration gasLot 2 relates to the supply and deliver of suitable calibration gas for the EC/IR devices.
Renewal: 6 months prior to contract expiry
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000705246
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP457862
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
-
- CPV Codes
75241100 - Police services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Sep 20223 years ago
- Submission Deadline
- 6 Oct 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 6 months prior to contract expiry
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
- james.brennan@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 Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP457862
EC/IR Servicing, Calibration & Gas Provision - 2 lot tender for; Lot 1 servicing and calibration of Intoximeter EC/IR devices Lot 2 supply and delivery of calibration gas
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-r6ebe6-0000705246-2022-09-01T00:00:00Z",
"date": "2022-09-01T00:00:00Z",
"ocid": "ocds-r6ebe6-0000705246",
"initiationType": "tender",
"parties": [
{
"id": "org-112",
"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.police.uk",
"telephone": "+44 1786895668",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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-113",
"name": "Glasgow Sherriff Court",
"identifier": {
"legalName": "Glasgow Sherriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-112"
},
"tender": {
"id": "Proc 22 - 1630",
"title": "EC/IR Servicing, Calibration & Gas Provision",
"description": "2 lot tender for; Lot 1 servicing and calibration of Intoximeter EC/IR devices Lot 2 supply and delivery of calibration gas",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "75241100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "75241100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "all Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-10-06T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-10-06T12:00:00Z"
},
"documents": [
{
"id": "SEP457862",
"documentType": "contractNotice",
"title": "EC/IR Servicing, Calibration & Gas Provision",
"description": "2 lot tender for; Lot 1 servicing and calibration of Intoximeter EC/IR devices Lot 2 supply and delivery of calibration gas",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP457862",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "servicing and calibration of Intoximeter EC/IR devices",
"description": "Police Scotland require the servicing and calibration of Intoximeter EC/IR devices and the supply of calibration gas. Lot 1 relates to the servicing and calibration of the EC/IR devices, in order to carry out servicing and calibration of the EC/IR devices a company must be UKAS (United Kingdom Accreditation Service) accredited for the servicing of the Intoximeter EC/IR devices Lot 2 relates to the supply and deliver of suitable calibration gas for the devices.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "technical",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "6 months prior to contract expiry"
}
},
{
"id": "2",
"title": "Lot 2 supply and delivery of calibration gas",
"description": "Lot 2 relates to the supply and deliver of suitable calibration gas for the EC/IR devices.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "technical",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "6 months prior to contract expiry"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2022-10-06T12:00:00Z",
"address": {
"streetAddress": "Police Scotland Premises"
},
"description": "Procurement Specialist Jamie Sibley"
},
"communication": {
"atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (100%) Contract Outcome Cost - Category Weight (0%) Service - Category Weight (0%) Sustainability - Category Weight (0%) The above KPIs shall make up the Balanced Scorecard and will be used to score the Contractor's performance. The Contract Administrator and other relevant stakeholder shall score the Contractor against the expected results using the following scores. 4 - Exceeding Expectations (100) 3 - Meeting Expectations (75) 2 - Minor Concerns (50) 1 - Major Concerns (25) 0 - Not Performing (0) This shall take place using the Public Contract Scotland Tender Contract and Supplier Management portal yearly, half yearly or monthly depending on the overall risk status of the contract. The risk status shall be confirmed at Contract Award."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "For Lot 1; in order to carry out servicing and calibration of the EC/IR devices a company must be UKAS (United Kingdom Accreditation Service) accredited for the servicing of the Intoximeter EC/IR devices"
},
{
"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 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. 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": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-02-27T00:00:00Z"
}
},
"classification": {
"id": "75241100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "6 months prior to contract expiry"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic Operators Applicable to OJEU Notices: 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. 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22268. 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 your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract. (SC Ref:705246)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000705246"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}