Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
UK
Ffôn: +44 1786895668
E-bost: john.agnew@scotland.police.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.spa.police.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Trefn a diogelwch cyhoeddus
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply of Forensic Reference Standards & Quality Control Material
Cyfeirnod: PROC-22-1984
II.1.2) Prif god CPV
33600000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Supply of Forensic Reference Standards & Quality Control Material
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 498 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
Glasgow
II.2.4) Disgrifiad o’r caffaeliad
Supply and delivery of Reference Standards & Quality Control Material
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Specification Match
/ Pwysoliad: 25
Maes prawf ansawdd: Shelf Life
/ Pwysoliad: 15
Maes prawf ansawdd: Delivery & Supply
/ Pwysoliad: 15
Maes prawf ansawdd: Technical Support
/ Pwysoliad: 15
Maes prawf ansawdd: Other added value services
/ Pwysoliad: 10
Maes prawf ansawdd: Business Continuity
/ Pwysoliad: 4
Maes prawf ansawdd: Sustainability
/ Pwysoliad: 7
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 7
Maes prawf ansawdd: Community Benefits
/ Pwysoliad: 2
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Option to extend up to a further 12 months
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA’s satisfaction that they are trading from the address provided in the tender and under the company name given.
Tenderers within the UK must confirm if they are registered under Companies House within this question.
If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
Where it is required, within a Tenderer’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, the items indicated below:
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.
Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.
Professional Indemnity 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 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.
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 SPD 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.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Tenderers will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
Tenderers will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements. Tenderers must have All available Reference Material for purchase certificates to show lot number and testing results displaying purity and error in this measurement.
Certified Reference Material (solid, liquid and diluted) must be included in the scope of accreditation of the Manufacturers to the ISO/IEC 17034:2016 standard. (Note: Distributors who do not possess ISO/IEC 17034:2016 must have traceability to the source manufacturer of the drug who must be accredited to ISO/IEC 17034:2016).
The methodology used to test the Certified Reference Material must also be covered in the scope of accreditation of the Manufacturers to the ISO/IEC standard 17025:2017. (Note: Distributors who do not possess ISO/IEC 17025:2017 must have traceability to the source manufacturer of the drug who must be accredited to ISO/IEC 17025:2017).
Lefel(au) gofynnol y safonau sydd eu hangen:
Certified Reference Material (solid, liquid and diluted) must be included in the scope of accreditation of the Manufacturers to the ISO/IEC 17034:2016 standard. (Note: Distributors who do not possess ISO/IEC 17034:2016 must have traceability to the source manufacturer of the material who must be accredited to ISO/IEC 17034:2016).
The methodology used to test the Certified Reference Material must also be covered in the scope of accreditation of the Manufacturers to the ISO/IEC standard 17025:2017. (Note: Distributors who do not possess ISO/IEC 17025:2017 must have traceability to the source manufacturer of the material who must be accredited to ISO/IEC 17025:2017).
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the (KPIs) detailed below:
Quality – Category Weight (50%)
Contract Outcome - 70%
Continual Improvement - 30%
Cost – Category Weight (15%)
Invoice Accuracy - 100%
Service – Category Weight (30%)
Communication - 70%
Management Info - 30%
Sustainability – Category Weight (5%)
Sustainable process - 50%
Community benefits - 50%
The KPIs shall make up the Balanced Scorecard and will be used to score performance.
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. Risk status shall be confirmed at Contract Award.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
28/02/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
06/03/2023
Amser lleol: 12:00
Place:
PCST
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22026. 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:
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:718028)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court
1 Carlton Place
Glagow
G5 9DA
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
23/01/2023