CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 118-289067/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Police Authority
Postal address: 1 Pacific Quay, 2nd Floor
Town: Glasgow
Postal code: G51 1DZ
Country: United Kingdom
Contact Person: June Northcote
Telephone: +44 1786896109
Email: june.northcote@scotland.pnn.police.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Delivery of Combination Total Station/Scanner

Reference number: PROC624
II.1.2) Main CPV code: 38296000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Scottish Police Authority (known as the ‘the Authority’) wish to award a contract for the supply and delivery of combination total station/scanner. The Authority will also be looking to trade-in five existing Leica P20 Scan Stations, 5 Cyclone Licences, 1 Leica Viva GPS and 1 Leica CS10 controller with 5 batteries and charger.
II.1.5) Estimated total value:
Value excluding VAT: 177000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
38296000

II.2.3) Place of performance
Nuts code: UKM
Main site or place of performance:Scotland.
II.2.4) Description of the procurement:
Police Scotland seek to purchase a minimum of 5 and a maximum of seven combination total station/scanner units along with the associated operating systems and software.
Police Scotland will also be looking to trade-in five existing Leica P20 Scan Stations, 5 Cyclone Licences, 1 Leica Viva GPS and 1 Leica CS10 controller with 5 batteries and charger.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 177000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: It is envisaged that Police Scotland will require to purchase replacement spare parts from the appointed contractor during the contract period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below:
ESPD Question 4B5 insurances:
Employers (compulsory) liability insurance = 10 000 000 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 1 incident and annual aggregate caps and the excesses under the policies.
Public liability insurance = 5 000 000 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 = 5 000 000 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.
ESPD 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.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: ESPD Question 4C.1.2 Technical and professional ability:
With reference to the nature and details of the supplies that are the subject matter of this tender, tenderers are required to provide 2 relevant examples undertaken by the tenderer in the last 3 years. The examples provided must be relating to comparable tenders in value and type to the contract being procured.

III.2.2) Contract performance conditions: During the period of the contract agreement, the contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below:
Quality:
— management information,
— complaints/issues/disputes,
— serious incidents.
Delivery:
— assignment confirmation,
— supporting information.
The above KPIs shall make up the balanced scorecard and will be used to score the contractor’s performance. The contract administrator and other relevant stakeholder shall score the contractor against the expected results using the following scores:
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. The risk status shall be confirmed at contract award.

III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-07-22 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-07-22 Local time: 12:30 Place:Glasgow.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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 ESPD.
Data protection:
Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13836
For more information see:
(SC Ref:587260)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Scottish Police Authority
Postal address: 1 Pacific Quay, 2nd Floor
Town: Glasgow
Postal code: G51 1DZ
Country: United Kingdom
Telephone: +44 1786896109
Internet address:
VI.5) Date of dispatch of this notice:2019-06-19


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

March 28, 2024

United Kingdom-Belfast: DoJ PSNI Modification Terrestrial Digital Microwave Radio Link Equipment (Marlin)

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-010071/EN) Nature of contract: Service contract Procedure: Award of a contract without prior

March 28, 2024

United Kingdom-Newcastle: LAN Discovery, Design and Implementation

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-010018/EN) Nature of contract: Service contract Procedure: Not applicable Type of bid required: Not