Tender

Transportation of Deceased Persons

  • Scottish Police Authority
  • Crown Office and Procurator Fiscal Service

F02: Contract notice

Notice identifier: 2025/S 000-018948

Procurement identifier (OCID): ocds-h6vhtk-04ddf7 (view related notices)

Published 5 May 2025, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Police Authority

1 Pacific Quay, 2nd Floor

Glasgow

G51 1DZ

Email

procurementtenders@scotland.police.uk

Telephone

+44 1786895668

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.spa.police.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762

one.1) Name and addresses

Crown Office and Procurator Fiscal Service

Crown Office, 25 Chambers Street

Edinburgh

EH1 1LA

Email

procurementreturns@copfs.gov.uk

Telephone

+44 3000203000

Fax

+44 8445614069

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.copfs.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00292

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Transportation of Deceased Persons

Reference number

PROC-24-2705

two.1.2) Main CPV code

  • 98370000 - Funeral and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Framework with multiple suppliers covering mainland and islands of Scotland.

A service is required to uplift deceased persons from a locus and transport them to a designated mortuary, or transport between mortuaries or from a mortuary to a place of rest.

The requirement for transportation is only in circumstances where there is a Police Scotland/COPFS investigation into the death.

Non-suspicious deaths where a death certificate is issued or is anticipated will not form part of the requirement.

The contract will incorporate the full requirement for transportation services for Police Scotland and the COPFS (Crown Office & Procurator Fiscal Service). Police Scotland will be the main point of contact for all enquiries & invoicing relating to the Framework.

The Framework will be split into 2 Lots:-

Lot 1: Reactive Journeys from Locus to Designated Mortuary or non-Designated Mortuary

Lot 2: Planned Journeys between Designated Mortuaries, Non Designated Mortuaries and Designated Mortuaries, Places of Rest and Designated Mortuaries and Return Journeys

Bothe lots will be further split into geographical regions with suppliers able to bid on the regions most suited to their business.

The following transport services have been identified as forming part of the requirement:

1. ‘First Transport’ – Transport to Designated Mortuary

2. ‘Second Transport’ –

Place of Rest or Designated Mortuary to Designated Mortuary

3. ‘Return Transport’ – Designated Mortuary to Local Jurisdiction or Mortuary

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Reactive Journeys

Lot No

1

two.2.2) Additional CPV code(s)

  • 98370000 - Funeral and related services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland - Mainland and Islands

two.2.4) Description of the procurement

Reactive Journeys from Locus to Designated Mortuary or non-Designated Mortuary.

Each area may have different transport requirements in line with the geographic characteristics.

The requirement for transportation is only in circumstances where there is a requirement for Police Scotland/COPFS investigation into the death. Non-suspicious deaths where a death certificate is issued or is anticipated will not form part of the requirement.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 25%

Quality criterion - Name: Staff Assigned to the Service / Weighting: 25%

Quality criterion - Name: Method Statement 1 / Weighting: 15%

Quality criterion - Name: Method Statement 2 / Weighting: 10%

Quality criterion - Name: Method Statement 3 / Weighting: 10%

Quality criterion - Name: Community Benefits / Weighting: 5%

Quality criterion - Name: Fair Work Practises / Weighting: 5%

Quality criterion - Name: Sustainability / Weighting: 5%

Price - Weighting: 50%

two.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

1 x 12 month extension available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Each Lot will further divided into geographical Sub-Lots.

A maximum of three Contractors shall be appointed for each geographical Sub-Lot. The Contractors will be ranked 1st, 2nd and 3rd based on the Most Economically Advantageous Tender (MEAT).

two.2) Description

two.2.1) Title

Planned Journeys

Lot No

2

two.2.2) Additional CPV code(s)

  • 98370000 - Funeral and related services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Throughout Scotland - Mainland and islands

two.2.4) Description of the procurement

Planned journeys to transport deceased persons between

Designated Mortuaries, Non Designated Mortuaries or Places of Rest.

Each area covered by the contract may have different transport requirements in line with the geographic characteristics.

The requirement for transportation is only in circumstances where there is a requirement for Police Scotland/COPFS investigation into the death. Non-suspicious deaths where a death certificate is issued or is anticipated will not form part of the requirement.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 35%

Quality criterion - Name: Staff assigned to carry out the service / Weighting: 35%

Quality criterion - Name: Method Statement / Weighting: 15%

Quality criterion - Name: Community Benefits / Weighting: 5%

Quality criterion - Name: Fair Work Practises / Weighting: 5%

Quality criterion - Name: Sustainability / Weighting: 5%

Price - Weighting: 50%

two.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

1 x 12 month extension available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Each Lot will further divided into geographical Sub-Lots.

A maximum of three Contractors shall be appointed for each geographical Sub-Lot. The Contractors will be ranked 1st, 2nd and 3rd based on the Most Economically Advantageous Tender (MEAT).


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Registered on the Scottish Government Funeral Sector Register.

https://funeral.epass.service.gov.scot/

https://blogs.gov.scot/funeral-industry/2025/04/01/funeral-sector-register-live/

three.1.2) Economic and financial standing

List and brief description of selection criteria

Public Liability Insurance to the extent of not less than FIVE MILLION POUNDS (GBP 5,000,000)

Employers Liability Insurance to the extent of not less than TEN MILLION POUNDS (GBP 10,000,000)

Product Liability Insurance (where applicable) to the extent of not less than FIVE MILLION POUNDS (GBP 5,000,000)

Professional Indemnity Insurance (where applicable) to the extent of not less than TWO MILLION POUNDS (GBP 2,000,000)

Agree to credit safe report (score of 30 or more required)

three.1.3) Technical and professional ability

List and brief description of selection criteria

please provide relevant examples of supplies and/or services carried out during the last three years.

Please provide details of the vehicles that are available for the provision of the service.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-004660

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 June 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 December 2025

four.2.7) Conditions for opening of tenders

Date

2 June 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Jan 2029

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=797617.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Contracting authorities have a legal and policy basis for incorporating community benefit requirements into their procurement process, these refer to public contracts, and will 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 the Technical Criteria, Tenders are required to provide an outline of all Community Benefits that can be offered in relation to the Contract.

Please note any Community Benefits offered shall be monitored throughout the Contract period to ensure delivery.

(SC Ref:797617)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=797617

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Email

lesley.quirk2@scotland.police.uk

Country

United Kingdom