Section one: Contracting authority
one.1) Name and addresses
The Scottish Parliament Corporate Body
Holyrood Road
Edinburgh
EH99 1SP
Contact
Elizabeth Lebost
elizabeth.lebost@Parliament.scot
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Other type
Legislative Body
one.5) Main activity
Other activity
Devolved Parliament
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Security Screening Maintenance and Training
Reference number
NIC-SER-507
two.1.2) Main CPV code
- 50610000 - Repair and maintenance services of security equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The SPCB requires a Contractor to provide maintenance, technical support and training provisions for security screening equipment at the Scottish Parliament
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79710000 - Security services
- 35121000 - Security equipment
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
The SPCB requires a Contractor to provide maintenance, technical support and training provisions for security screening equipment at The Scottish Parliament.
Screening requirements are fulfilled using a range of equipment from manufacturers including Astrophysics, Rapiscan and Garrett. The contractor must be capable of maintaining all current equipment. To mitigate risk, the Contractor is required to provide a minimum of four scheduled maintenance service visits per year. The maintenance service inspections should include as a minimum:
Machine Physical Inspection including visual checks of shielding Machine Functional Test including functional checks of warning devices and interlocks
Software Functional Test
Software upgrades on all equipment
Recalibration
Radiation Leakage Inspection
Maintenance Certification
All inspection, maintenance and repairs should be conducted by technicians who have a minimum of an electrical or mechanical qualification, a City and Guilds or equivalent. The technicians ideally will be certified by the manufacturers of the x-ray scanners being used.
The Contractor is responsible for all necessary repairs, maintenance and inspections of the equipment to ensure it is performing the required function and is maintained in a safe condition at all times.
The Contractor must ensure that comprehensive radiation leakage tests are carried out at least annually in line with UK Health Security Agency guidance.
The contractor must provide technical support including telephone support and same working day emergency call-out response
The contractor must offer a genuine manufacturer part replacement service (Astrophysics XIS and Rapiscan EMEA parts only) and maintain a supply of consumables and standard stock items.
Training Requirements
To meet the on-going training requirements of x-ray operators, the contractor offering must include a computer-based training (CBT) x-ray simulator. The CBT should have an up-to-date database of images, the ability to randomise the images and a review facility which shows both the X-ray image and a photograph of the item. To ensure the database can grow and be realistic, the CBT must be capable of importing images from the existing x-ray scanners. The CBT must also be able to replicate the unique Advanced Operator Control Panel (AOCP)” which is installed on the current X-ray scanners.
To ensure training can fit around operational commitments and still fulfil the 6x6 requirement, the CBT must be web-based and available to use 24/7 It must be compatible with commonly used browsers including Microsoft Edge and Google Chrome. The CBT must be able to support at least 80 users and have administrator functions. Each user must have an individual profile which can be centrally managed by the administrator.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
option to extend for a further period/s of up to 48 months, at the sole discretion of the SPCB.
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
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
In relation to the SPD:
4A.1 - not used
4A.2 - Used. All inspection, maintenance and repairs should be conducted by technicians who have a minimum of an electrical or mechanical qualification, ideally a City and Guilds or equivalent. The technicians must be certified by the manufacturers of the x-ray scanners being used.
three.1.2) Economic and financial standing
List and brief description of selection criteria
In relation to the SPD:
4B.1 - 4B.4 : not used
4B.5: Its is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of the awarded contract the types and levels of insurance indicated below:
Employers (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 1,000,000 GBP
4B.6: The Scottish Parliament Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information on how that data is collected and used prior to submitting a tender. Information can be found at http://www.creditsafe.com/products/business/credit/reports/
If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out
Minimum level(s) of standards possibly required
4B.6: Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.
three.1.3) Technical and professional ability
List and brief description of selection criteria
In relation to the SPD:
4A.2 - Used.
4C.1.2 - Used.
4C.7 - Used.
Minimum level(s) of standards possibly required
In relation to the SPD:
4A.2 All inspection, maintenance and repairs must be conducted by technicians who have a minimum of an electrical or mechanical qualification, a City and Guilds or equivalent.
4D.1:not used
4D.2:not used
4C.1.2:used. Please provide a minimum of 3 relevant examples of supplies and/or services carried out during the last three years. (Examples from both public and/or private sector customers and clients may be provided).
4C.7:used. Please provide details of an acceptable environmental policy detailing the environmental management measures you will use when performing the contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
23 August 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 August 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
For this contract, minimum requirements include
an electrical or mechanical qualification, ideally a City and Guilds or equivalent. The technicians must be certified by the manufacturers of the x-ray scanners being used.
Further details will are set out in the procurement documents.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24702. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24702. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:738445)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom