Section one: Contracting authority
one.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
procurementtenders@scotland.police.uk
Telephone
+44 1786895668
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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
procurementreturns@copfs.gov.uk
Telephone
+44 3000203000
Fax
+44 8445614069
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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
lesley.quirk2@scotland.police.uk
Country
United Kingdom