Section one: Contracting authority
one.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
jean.iyinikkel@scotland.police.uk
Telephone
+44 1786895668
Country
United Kingdom
NUTS code
UKM - Scotland
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
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
Fridge and Freezer Temperature monitoring equipment
Reference number
PROC 24-2586
two.1.2) Main CPV code
- 33950000 - Clinical forensics equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Scottish Police Authority (known as the “the Authority”) has a requirement to appoint a suitably qualified and experienced supplier for the Supply and installation of a fridge and freezer monitoring system and related equipment and associated maintenance package.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33950000 - Clinical forensics equipment and supplies
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Police Authority has a requirement to appoint a suitably qualified and experienced supplier for the installation of a fridge and freezer monitoring system, related equipment and associated maintenance package
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
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.2.14) Additional information
The duration of the contract will be 5 (five) years with the option to extend the Contract for a further 5 (five) periods of up to 12 (twelve) months each at the sole discretion of the Authority.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
SPD Question 4B5 Insurances
SPD Question 4B6 Financial Standing
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
SPD Question 4B5 Insurances:
Bidders require to confirm they are already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employers (Mandatory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.
Public (Mandatory) Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.
Product(Mandatory) Liability Insurance = 5 million GBP in respect of each claim and in the aggregate.
Professional (Mandatory) Indemnity Insurance = 500 thousand GBP in respect of each claim and in the aggregate.
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.
SPD 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
List and brief description of selection criteria:
Part 4C: Services
Part 4C: Quality Control
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Minimum number of relevant examples: Your examples should be from within the last 5 years.
A minimum of 2 and a maximum of 3 examples should be provided.
Requirement: ‘It’s a mandatory requirement of the tender that bidders are able evidence that the Temperature monitoring equipment proposed in response to this tender have been used by other forensic science providers in this regard’
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 August 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 August 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29719. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:804484)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom