Section one: Contracting authority
one.1) Name and addresses
Scottish Prison Service
Calton House, 5 Redheughs Rigg
Edinburgh
EH12 9HW
Contact
Alan McConnach
Telephone
+44 1313303776
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=AA00384
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
National or federal Agency/Office
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
01902 Working at Height Services
Reference number
01902
two.1.2) Main CPV code
- 50800000 - Miscellaneous repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Prison Service has a wide range of working at height activities carried out across its Establishments, and associated access and safety equipment that requires to be fully operational at all times. The Contract shall support this requirement by providing safe and suitable planned activities, and the integrity inspection, test, certification and preventive maintenance and reactive maintenance services in line with SFG20, British Standards, statutory regulations, manufacturer’s instructions and the operational requirements of the Establishment.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Any number of lots
two.2) Description
two.2.1) Title
Lot 1 Maintenance of Access & Safety Equipment for Working at Height
Lot No
1
two.2.2) Additional CPV code(s)
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The SPS has a wide range of working at height activities carried out across its Establishments, and associated access and safety equipment that requires to be fully operational at all times.
The Contract shall support this requirement for Access & Safety Equipment by providing safe and suitable planned activities, and the integrity inspection, test, certification and preventive maintenance and reactive maintenance services in line with SFG20 British Standards, statutory regulations, manufacturer’s instructions and the operational requirements of the Establishment.
Equipment includes ladders, walkways, roof anchors, harnesses, lanyards etc.
The contract term is for an initial period of 3 years with an optional extension period of up to a further 3 years.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
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
Optional extension period up to 3 years
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) Description
two.2.1) Title
Lot 2 Maintenance of Lightning Protection Systems
Lot No
2
two.2.2) Additional CPV code(s)
- 31216100 - Lightning-protection equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Prison Services has a wide range of working at height activities carried out across its Establishments, and associated access and safety equipment that requires to be fully operational at all times.
The Contract shall support this requirement by providing safe and suitable planned activities, and the integrity inspection, test, certification and preventive maintenance and reactive maintenance services its lightning protection systems in line with SFG20, British Standards, statutory regulations, manufacturer’s instructions and the operational requirements of the Establishments.
The contract term is for an initial period of 3 years with an optional extension period of up to a further 3 years.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
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
Optional extension period of up to 3 years
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) Description
two.2.1) Title
Lot 3 High Level Chimney, Flue & General Roof Maintenance Services
Lot No
3
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Prison Services has a wide range of working at height activities carried out across its Establishments, and associated access and safety equipment that requires to be fully operational at all times.
The Contract shall support this requirement by providing safe and suitable planned activities, and the integrity inspection, test, certification and preventive maintenance and reactive maintenance services its High Level Chimneys, and Flues as well as general roof maintenance services (e.g. gutter cleaning) in line with SFG20, British Standards, statutory regulations, manufacturer’s instructions and the operational requirements of the Establishments.
The contract term is for an initial period of 3 years with an optional extension period of up to a further 3 years.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
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
Optional extension period of up to 3 years
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-020458
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
20 October 2021
Local time
2:00pm
Changed to:
Date
26 October 2021
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 October 2021
Local time
2:00pm
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
Insurances required are
Public Liability Insurance of 1 million pounds
Employers Liability 5 million pounds
Evidence of turnover for previous two financial years.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19485. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:666829)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers St
Edinburgh
EH1 1LB
Country
United Kingdom