Section one: Contracting authority
one.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
Contact
Sharon Barr
sharon.barr@scotland.police.uk
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.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
Provision of Forensic Toxicology Casework Analysis
Reference number
PROC-22-1695
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Forensic Toxicology casework analysis specifically in relation to samples submitted under Section 4 and Section 5A of the Road Traffic Act 1988.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Scottish Police Authority has a requirement to put in place a Framework Agreement for the provision of Forensic Toxicology casework analysis specifically in relation to samples submitted under Section 4 and Section 5A of the Road Traffic Act 1988.
The Service Provider shall carry out analysis of samples and report results in accordance with the requirements of the Scottish Police Authority and the Crown Office and Procurator Fiscal Service (COPFS). The most effective examination and analytical processes shall be used at all times.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 022-191045
Section five. Award of contract
Contract No
PROC-22-1695
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Eurofins Forensic Services Limited
Queens Road
Teddington
TW11 0LY
Telephone
+44 7850311840
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Orchid Cellmark Ltd
16 Blacklands Way, Abingdon Business Park
Abingdon
OX14 1DY
Telephone
+44 1235552933
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
The contractor is an SME
No
five.2.3) Name and address of the contractor
Key Forensic Services Ltd
Sir William Lyons Road, University of Warwick Science Park
Coventry
CV4 7EZ
Telephone
+44 7792265785
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,000,000
Section six. Complementary information
six.3) Additional information
Vetting
The tenderer’s representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the services shall be vetted to Non Police Personnel Vetting Standards (NPPV) Level 1. It would be beneficial if tenderer’s put forward a team that hold or have recently held NPPVLevel 1.
.
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 SPD.
.
Data Protection
Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Invitation to Tender.
(SC Ref:706947)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom