Tender

Provision of Toxicology, Blood/Urine Intelligence and Confirmation Screening for Drugs

  • Scottish Police Authority

F02: Contract notice

Notice identifier: 2022/S 000-035903

Procurement identifier (OCID): ocds-h6vhtk-039291

Published 19 December 2022, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Police Authority

1 Pacific Quay, 2nd Floor

Glasgow

G51 1DZ

Contact

Louise Hall

Email

louise.hall@scotland.police.uk

Telephone

+44 1786895668

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

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.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

Provision of Toxicology, Blood/Urine Intelligence and Confirmation Screening for Drugs

two.1.2) Main CPV code

  • 71620000 - Analysis services

two.1.3) Type of contract

Services

two.1.4) Short description

Toxicology Outsourcing, Appointment of a single supplier to a Framework Agreement for toxicology screen of urine samples with option for further analysis(including blood samples), witness statements and court attendance as needed.

two.1.5) Estimated total value

Value excluding VAT: £360,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services
  • 85111810 - Blood analysis services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Supplier's own premises, delivery of physical samples will be organised by the Authority. The Authority's instructing laboratory will be Howdenhall Road, Edinburgh

two.2.4) Description of the procurement

The Scottish Police Authority (“the Authority”) has a requirement to appoint a supplier to provide a toxicology screen of up to 300 urine samples per annum.

This is to support the Authority’s investigation of forensic evidence in cases where there has been a suspected instance of an individual having been administered a substance by a third party including in potential Drug Facilitated Sexual Assault Cases.

The requirement includes an initial screen to identify cases which require further detailed analysis.

Full analysis must include the provision of a joint report suitable for use as evidence in potential criminal proceedings and suppliers should note that attendance as an expert witness may be required.

The service must include screening for a wide range of drugs including those commonly associated with Drug Facilitated Sexual Assault cases.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £360,000

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

An optional renewal of 1 12 month period at the end of the third year of the contract giving a total possible contract length of 48 months

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

The relevant selection criteria will be included in the SPD section of the Invitation to tender on the PCT-T platform

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not applicable

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

26 January 2023

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 January 2023

Local time

12:00pm

Place

Scottish Police Authority, 2 French Street, Dalmarnock, Glasgow

Information about authorised persons and opening procedure

Users designated on the PCS T portal will be able to open the bids at the stated date and time using the procedure in the electronic portal - no paper bids will be accepted.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 23019. 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:

Tenderers should detail and demonstrate their organisations’ commitment to providing Community Benefits within specific reference to this contract.

Community Benefits can be offered to any geographical area of Scotland.

Tenderers should consider the following Community Benefit areas and where possible allocate the benefit intended to be offered against these areas;

- Improving education and skills – apprenticeships

- Improving local employability – new jobs

- Work experience placements/programmes

- Delivering training and development

- Enhancing & Improving local community projects

- Other; Sponsor Charity work, etc.

Returns should focus on what your organisation can deliver over the duration of this contract period and will be evaluated accordingly.

(SC Ref:717279)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts & Tribunals Service

Sheriff Clerk's Office, Glasgow Sheriff Court, 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom