Section one: Contracting authority
one.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
Contact
Louise Hall
louise.hall@scotland.police.uk
Telephone
+44 1786895668
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.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