Contract notice

Information

Published

Date of dispatch of this notice: 05/11/2020

Expire date: 11/12/2020

External Reference: 2020-590412

TED Reference: 2020/S 219-539004

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Merseyside Police - Procurement Department
N/A
Police Headquarters, Canning Place
Liverpool
L1 8JX
UK
Contact person: Jason Olsen
Telephone: +44 1517771929
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=35136&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Toxicology Testing Equipment for Drug Driving in the UK, with Associated Support Systems, Maintenance Services and Support Package.
Reference number:  PCC/PD/210
II.1.2)

Main CPV code

38434520  -  Blood analysers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Police & Crime Commissioner (PCC) for Merseyside Police wishes to place a contract for the Provision of Toxicology Testing Equipment, with Associated Support Systems, Maintenance Services and Support package, details below.
To do this the PCC is carrying out a full European Union Tender via the Bluelight electronic tendering portal. And the purpose of this Invitation to Tender (ITT) is to provide Tenderers with an opportunity to put forward a proposal for the provision of the various requirements.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
- Lot 1 for the supply of three Liquid Chromatography Mass Spectrometry (LC-MS-MS)units complete with its associated equipment and support elements.
- Lot 2 for the supply of two Gas Chromatography Mass Spectrometry (GC-MS-MS) units with its associated equipment and support elements.
- Lot 3 for the provision of a supporting Laboratory Information Management System software package.
II.2)

Description

II.2.1)

Title

Provision of Toxicology Testing Equipment for Drug Driving in the UK, with Associated Support Systems, Maintenance Services and Support Package.
Lot No:  1
II.2.2)

Additional CPV code(s)

33950000  -  Clinical forensics equipment and supplies
II.2.3)

Place of performance

Main site or place of performance:  
Merseyside
II.2.4)

Description of the procurement

The Police & Crime Commissioner (PCC) for Merseyside Police wishes to place a contract for the Provision of Toxicology Testing Equipment, with Associated Support Systems, Maintenance Services and Support package, details below.
To do this the PCC is carrying out a full European Union Tender via the Bluelight electronic tendering portal. And the purpose of this Invitation to Tender (ITT) is to provide Tenderers with an opportunity to put forward a proposal for the provision of the various requirements detailed below.
The proposed Contract shall be any agreement entered into by the PCC and the successful Tenderer(s) (hence forth called Contractor(s)) for the provision of one or more of the following Lots(i):
- Lot 1(ii) for the supply of three (3) x Liquid Chromatography Mass Spectrometry (LC-MS-MS) units complete with its associated equipment, maintenance services and support package**.
- Lot 2(iii) for the supply of two (2) x Gas Chromatography Mass Spectrometry (GC-MS-MS) units.
- Lot 3(iv) for the provision of a supporting Laboratory Information Management System (LIMS) software package.
NOTES
(i) Tenderers do not have to bid for all Lots but are encouraged to.
(ii) As per Section 2 INSTRUCTIONS TO TENDERERS point 2.2 The PCC reserves the right to award the Lots to different Tenderers.
(iii) The winning Tenderer(s) will be required to offer a Support Package in line with the tender requirement.
(iv) Lot 3 will not form part of the Lot 1 or Lot 2 evaluation criteria as it is to be offered as an optional ‘extra’ and may / or may not be purchased as part of this tender procedure.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The equipment supplied may or may not need to be replaced at the end of the agreement period.
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:  As per Tender documentation
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per Tender documentation

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/12/2020
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  07/12/2020
Local time:  15:00

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.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Royal Court of Justice, Strand Towns
London
WC2A 2LL
UK