Tender

Security Screening Maintenance and Training

  • The Scottish Parliament Corporate Body

F02: Contract notice

Notice identifier: 2023/S 000-020813

Procurement identifier (OCID): ocds-h6vhtk-03e379

Published 19 July 2023, 3:57pm



Section one: Contracting authority

one.1) Name and addresses

The Scottish Parliament Corporate Body

Holyrood Road

Edinburgh

EH99 1SP

Contact

Elizabeth Lebost

Email

elizabeth.lebost@Parliament.scot

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.parliament.scot

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