Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-031265/EN)
Nature of contract: Supply contract
Procedure: Open procedure
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
Telephone: +44 1786895668
Email: procurementtenders@scotland.police.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PROC 21-1181 Supply, Delivery and Installation of Office Furniture
Reference number: PROC 21-1181
II.1.2) Main CPV code: 39000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Scottish Police Authority (known as “the Authority”) has a requirement for a Supply, Delivery and Installation of Office Furniture and Associated Equipment.
The successful Contractor must be able to service the full geographical area of Scotland including the highlands and all islands, and ensure it has appropriate resource in place at all times to ensure that there is a consistent level of service across each area.
The Authority is seeking to create a single Supplier Framework Agreement.
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
39000000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
2 French Street, Dalmarnock, Glasgow, G40 4EH
II.2.4) Description of the procurement:
Supply, Delivery and Installation of Office Furniture Framework.
The Authority is seeking to create a single Supplier Framework Agreement.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Contract duration includes 12 month extension period. Renewal due in three (3) years OR four (4) years if optional extension is activated.
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: no
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.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:SPD Question 4A.1 Trade Registers
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.
III.1.2) Economic and financial standing
List and brief description of selection criteria: It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Contract/Framework, indicated below:
Minimum level(s) of standards possibly required: SPD Question 4B5 Insurances
Insurances:
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 without limit to the number of claims. 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.
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 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) Technical and professional ability:
List and brief description of selection criteria: Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents.
The below requirements will be requested during the tender process:
Minimum level(s) of standards possibly required:Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Supply, Delivery and Installation of Office Furniture (Framework Agreement).
Two (2) examples of the provision of similar goods/services/works may be requested and must be from within the last 3 years for goods and services.
If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.
If available, copies of completion certificates or customers’ written declaration which validates the examples you have provided.
Guidance
If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples, you have provided without any further reference to you.
III.2.2) Contract performance conditions: During the period of the Framework Agreement, the Contractor(s) shall monitor and measure their performance against the Key Performance Indicators (KPIs) outlined within the ITT Documents and Contract Notice Document.
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 procedure
IV.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 operatorIV.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: 2022-12-08 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: 2022-12-08 Local time: 12:00 Place:Electronically via Public Contract Scotland Tender
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:The duration of the Framework Agreement shall be for three (3) years from the Framework start date with the option to extend for a further
one (1) period up to twelve (12) months in duration at the sole discretion of the Authority.
Renewal due in three (3) years OR four (4) years if optional extension is activated.
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
Applicable to OJEU/FTS Notices: 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.
Please refer to the published Contract Notice document which can be found within the attachments areas of the PCS-T portal which details
the requirements and additional detail relating to:
SPD Question 4C.12 Quality Control Requirements
SPD Question 4D.1 Quality Assurance/Health and Safety Requirements
Assessment of Employment Status
Living Wage
Equality and Diversity
Subcontractor Detail
Data Protection
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20762. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Refer to Community Benefits clause ( clause 2.28 ) within the ITT
(SC Ref:711531)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court and Justice of the Peace Court
Postal address: 1 Carlton Place
Town: Glasgow
Postal code: G5 9DA
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-11-04