Tender

Servicing & Calibration of Intoximeter EC/IR Devices

  • Scottish Police Authority

F02: Contract notice

Notice identifier: 2025/S 000-019986

Procurement identifier (OCID): ocds-h6vhtk-050f84

Published 9 May 2025, 11:17am



Section one: Contracting authority

one.1) Name and addresses

Scottish Police Authority

1 Pacific Quay, 2nd Floor

Glasgow

G51 1DZ

Email

jamie.sibley@scotland.police.uk

Telephone

+44 3004258083

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.spa.police.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762

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

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

www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Servicing & Calibration of Intoximeter EC/IR Devices

Reference number

PROC-25-2906

two.1.2) Main CPV code

  • 75241100 - Police services

two.1.3) Type of contract

Services

two.1.4) Short description

Tender for;

servicing and calibration of Intoximeter EC/IR devices

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Police Scotland require the servicing and calibration of Intoximeter EC/IR device.

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.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

3 months prior to expiry.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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


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

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, or able to demonstrate that they will have the accreditation by the contract start date.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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 (50%)

Contract Outcome

Cost – Category Weight (10%)

Service – Category Weight (40%)

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.


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

13 June 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 5 September 2025

four.2.7) Conditions for opening of tenders

Date

13 June 2025

Local time

12:00pm

Place

Dalmarnock

Information about authorised persons and opening procedure

Procurement Specialist


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3 months prior to expiry.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29212. 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:798387)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom