Section one: Contracting authority
one.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
jamie.sibley@scotland.police.uk
Telephone
+44 7867153791
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
EC/IR Servicing, Calibration & Gas Provision
Reference number
Proc 22 - 1630
two.1.2) Main CPV code
- 75241100 - Police services
two.1.3) Type of contract
Services
two.1.4) Short description
2 lot tender for;
Lot 1 servicing and calibration of Intoximeter EC/IR devices
Lot 2 supply and delivery of calibration gas
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
servicing and calibration of Intoximeter EC/IR devices
Lot No
1
two.2.2) Additional CPV code(s)
- 75241100 - Police services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
All Scotland
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
6 months prior to contract expiry
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Lot 2 supply and delivery of calibration gas
Lot No
2
two.2.2) Additional CPV code(s)
- 75241100 - Police services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
all Scotland
two.2.4) Description of the procurement
Lot 2 relates to the supply and deliver of suitable calibration gas for the EC/IR devices.
two.2.5) Award criteria
Quality criterion - Name: technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
6 months prior to contract expiry
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
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
three.1.2) Economic and financial standing
List and brief description of selection criteria
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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.
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 (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.
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
6 October 2022
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: 27 February 2023
four.2.7) Conditions for opening of tenders
Date
6 October 2022
Local time
12:00pm
Place
Police Scotland Premises
Information about authorised persons and opening procedure
Procurement Specialist Jamie Sibley
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 6 months prior to contract 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
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)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sherriff Court
Glasgow
Country
United Kingdom