Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Liverpool City Council
Cunard Building, Water Street
Liverpool
L3 1DS
UK
Contact person: Ms Rachel Glynn
E-mail: Rachel.Glynn@liverpool.gov.uk
NUTS: UKD72
Internet address(es)
Main address: http://www.liverpool.gov.uk
Address of the buyer profile: http://www.liverpool.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Login
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Toxicology Testing Services
Reference number: DN688194
II.1.2) Main CPV code
85148000
II.1.3) Type of contract
Services
II.1.4) Short description
The Liverpool & Wirral Coroner Service provided by Liverpool City Council require a supplier to provide toxicology investigations to determine the potential role of drugs and alcohol in a person’s death.
II.1.5) Estimated total value
Value excluding VAT:
1 125 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85148000
II.2.3) Place of performance
NUTS code:
UKD72
UKD74
II.2.4) Description of the procurement
The Liverpool & Wirral Coroner Service provided by Liverpool City Council require a supplier to provide toxicology investigations to determine the potential role of drugs and alcohol in a person’s death.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50%
Quality criterion: Social Value
/ Weighting: 10%
Cost criterion: Cost
/ Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The initial contract term is for a period of 3 years with the option to extend for a further 1 year
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
14/10/2024
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 tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/10/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
13/09/2024