Tender

Supply of Forensic Reference Standards & Quality Control Material

SCOTTISH POLICE AUTHORITY

This public procurement record has 1 release in its history.

Tender

23 Jan 2023 at 00:00

Summary of the contracting process

The Scottish Police Authority is inviting tenders for the procurement process titled "Supply of Forensic Reference Standards & Quality Control Material" in the public order and safety category. The procurement method is an open procedure with a value of £498,000. The tender period ends on 28th February 2023, with bid opening scheduled for 6th March 2023. The location is in Glasgow, UK. This presents an opportunity for businesses to supply and deliver Reference Standards & Quality Control Material, focusing on technical expertise and quality assurance.

The Scottish Police Authority aims to establish a contract for the supply of essential forensic materials, offering opportunities for businesses with expertise in quality control and technical precision. Businesses based in the UK must meet specific registration and insurance requirements to qualify for this tender. The performance evaluation includes quality, cost, service, sustainability categories, with a clear emphasis on meeting key performance indicators. This procurement process encourages SMEs and social enterprises to participate, providing prospects for community engagement and development. Interested businesses should focus on their technical capabilities, adherence to quality standards, and ability to offer community benefits in their proposals.

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 of Forensic Reference Standards & Quality Control Material

Notice Description

Supply of Forensic Reference Standards & Quality Control Material

Lot Information

Lot 1

Supply and delivery of Reference Standards & Quality Control Material

Renewal: Option to extend up to a further 12 months

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000718028
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN469247
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

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33600000 - Pharmaceutical products

Notice Value(s)

Tender Value
£498,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Jan 20233 years ago
Submission Deadline
28 Feb 2023Expired
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
john.agnew@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
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

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-r6ebe6-0000718028-2023-01-23T00:00:00Z",
    "date": "2023-01-23T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000718028",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-68",
            "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": "john.agnew@scotland.police.uk",
                "telephone": "+44 1786895668",
                "url": "https://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-69",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glagow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-68"
    },
    "tender": {
        "id": "PROC-22-1984",
        "title": "Supply of Forensic Reference Standards & Quality Control Material",
        "description": "Supply of Forensic Reference Standards & Quality Control Material",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 498000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-02-28T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-03-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN469247",
                "documentType": "contractNotice",
                "title": "Supply of Forensic Reference Standards & Quality Control Material",
                "description": "Supply of Forensic Reference Standards & Quality Control Material",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN469247",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Supply and delivery of Reference Standards & Quality Control Material",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Specification Match",
                            "description": "25"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend up to a further 12 months"
                }
            }
        ],
        "bidOpening": {
            "date": "2023-03-06T12:00:00Z",
            "address": {
                "streetAddress": "PCST"
            }
        },
        "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 (KPIs) detailed below: Quality - Category Weight (50%) Contract Outcome - 70% Continual Improvement - 30% Cost - Category Weight (15%) Invoice Accuracy - 100% Service - Category Weight (30%) Communication - 70% Management Info - 30% Sustainability - Category Weight (5%) Sustainable process - 50% Community benefits - 50% The KPIs shall make up the Balanced Scorecard and will be used to score performance. 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. Risk status shall be confirmed at Contract Award."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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'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. 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, the items indicated below: 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. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Professional Indemnity 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. 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. 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": "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. Tenderers will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Tenderers will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements. Tenderers must have All available Reference Material for purchase certificates to show lot number and testing results displaying purity and error in this measurement. Certified Reference Material (solid, liquid and diluted) must be included in the scope of accreditation of the Manufacturers to the ISO/IEC 17034:2016 standard. (Note: Distributors who do not possess ISO/IEC 17034:2016 must have traceability to the source manufacturer of the drug who must be accredited to ISO/IEC 17034:2016). The methodology used to test the Certified Reference Material must also be covered in the scope of accreditation of the Manufacturers to the ISO/IEC standard 17025:2017. (Note: Distributors who do not possess ISO/IEC 17025:2017 must have traceability to the source manufacturer of the drug who must be accredited to ISO/IEC 17025:2017).",
                    "minimum": "Certified Reference Material (solid, liquid and diluted) must be included in the scope of accreditation of the Manufacturers to the ISO/IEC 17034:2016 standard. (Note: Distributors who do not possess ISO/IEC 17034:2016 must have traceability to the source manufacturer of the material who must be accredited to ISO/IEC 17034:2016). The methodology used to test the Certified Reference Material must also be covered in the scope of accreditation of the Manufacturers to the ISO/IEC standard 17025:2017. (Note: Distributors who do not possess ISO/IEC 17025:2017 must have traceability to the source manufacturer of the material who must be accredited to ISO/IEC 17025:2017)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "33600000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22026. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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:718028)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000718028"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}