Section one: Contracting authority
one.1) Name and addresses
Scottish Prison Service
Calton House, 5 Redheughs Rigg
Edinburgh
EH12 9HW
Telephone
+44 1313303771
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
01879 Provision of Explosives and Narcotics Trace Detectors
Reference number
01879
two.1.2) Main CPV code
- 35121000 - Security equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The SPS requires the supply of desktop explosives and narcotics trace detectors with consumables.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35121000 - Security equipment
- 38544000 - Drug detection apparatus
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
The SPS has commenced this procurement process in good faith and with the intention of awarding a contract. Following publication of the Contract Notice, an Invitation to Tender (ITT) including the European Single Procurement Document (ESPD) will be published by SPS and will be made available to bidders. Tender responses will then be evaluated by the SPS in accordance with the ITT.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Additional Goods may be required during the contract term. Consumables will be required during the contract term. The initial delivery of Goods requires to be made by no later than the 31st March 2021.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please refer to the ITT.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders should be aware that they require to be UK Home Office licensed.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly turnover of GBP100K for the last 2 years.
Minimum level(s) of standards possibly required
Employers (Compulsory) Liability insurance GBP5m
Public and Product Liability insurance GBP1m
three.1.3) Technical and professional ability
List and brief description of selection criteria
The ITT documentation sets out the details of the requirements of the contract, but the successful licensed supplier shall:
-Be capable and have experience to supply approved and certified desktop explosives and narcotics trace detectors.
-Be able to provide planned preventative and reactive maintenance services.
-Provide consumables to operate the devices throughout the contract term.
Minimum level(s) of standards possibly required
Bidders should note that the following minimum standards will be evaluated as part of the award criteria:
ISO 9001: 2015
ISO 14001: 2015
An Approved Drug Testing Device under the Misuse of Drugs Act 1971 in Appendix A of the UK Home Office Circular No: 005/2017.
Compliant with ASTM E2500-07 (or equivalent);
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 February 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders should note that compliance in the following areas is likely to be evaluated as part of the award criteria:
Subcontractors
Response to Specification
Declaration of Non-involvement in Serious and Organised Crime
Previous Experience
The Goods
Delivery and Commissioning of the Goods
Maintenance and Support Service
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 37816. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:640212)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sherriff Court
27 Chambers St
Edinburgh
EH1 1LB
Country
United Kingdom