Section one: Contracting authority
one.1) Name and addresses
Scottish Prison Service
One Lochside, 1 Lochside Avenue
Edinburgh
EH12 9DJ
Contact
Catharine Dempsey
catharine.dempsey@prisons.gov.scot
Telephone
+44 1313303572
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.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
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
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
SPS-02006 The Provision of Trade Services
Reference number
SPS-02006
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this Contract is to provide the SPS with the following services when required:
Maintenance Engineer – Electrical: Planned, reactive and minor project electrical work, including fault finding, including inspection and testing work to BS7671.
Maintenance Engineer – Mechanical: Planned, reactive and minor project plumbing, mechanical, heating and ventilation work. Including fault finding, testing and inspection work.
The intention is to split the contract over 4 geographical lots:
Lot 1: HMP Inverness
Lot 2: HMP&YOI Grampian
Lot 3: HMP Barlinnie
HMP Castle Huntly Cornton Vale
HMP Edinburgh
HMP Glenochil
HMP Greenock
HMP Low Moss
HMP Perth
HMP & YOI Polmont
HMP Shotts
Lot 4: HMP Dumfries
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:
Each lot shall be evaluated separately. Where the same bidder is successful for multiple lots then we reserve the right to award these lots as one contract
two.2) Description
two.2.1) Title
SPS02006A The Provision of Trades Services to HMP Inverness
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
HMP Invernes, Duffy Dr, Inverness IV2 3HH
two.2.4) Description of the procurement
The SPS has commenced this procurement process in good faith and with the intention of awarding a contract. Following publication of the Contract Notice, an Invitation to Tender (ITT) including the Single Procurement Document (SPD) will be published by SPS and will be made available to bidders. Tender responses will then be evaluated by the SPS in accordance with the ITT.
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
24
This contract is subject to renewal
Yes
Description of renewals
An extension term of up to 24 months shall be 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) Description
two.2.1) Title
SPS-02006B The Provision of Trade Services at HMP&YOI Grampian
Lot No
2
two.2.2) Additional CPV code(s)
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
South Rd, Peterhead AB42 2YY
two.2.4) Description of the procurement
The SPS has commenced this procurement process in good faith and with the intention of awarding a contract. Following publication of the Contract Notice, an Invitation to Tender (ITT) including the Single Procurement Document (SPD) will be published by SPS and will be made available to bidders. Tender responses will then be evaluated by the SPS in accordance with the ITT.
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
24
This contract is subject to renewal
Yes
Description of renewals
An extension term of up to 24 months shall be 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) Description
two.2.1) Title
SPS-02006C The Provision of Trade Services at Multiple Sites
Lot No
3
two.2.2) Additional CPV code(s)
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
HMP Barlinnie
HMP Castle Huntly Cornton Vale
HMP Edinburgh
HMP Glenochil
HMP Greenock
HMP Low Moss
HMP Perth
HMP & YOI Polmont
HMP Shotts
two.2.4) Description of the procurement
The SPS has commenced this procurement process in good faith and with the intention of awarding a contract. Following publication of the Contract Notice, an Invitation to Tender (ITT) including the Single Procurement Document (SPD) will be published by SPS and will be made available to bidders. Tender responses will then be evaluated by the SPS in accordance with the ITT.
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
24
This contract is subject to renewal
Yes
Description of renewals
An extension term of up to 24 months shall be 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) Description
two.2.1) Title
SPS-02006D The Provision of Trades Services to HMP Dumfries
Lot No
4
two.2.2) Additional CPV code(s)
- 71333000 - Mechanical engineering services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
Main site or place of performance
Terregles St, Dumfries DG2 9AX
two.2.4) Description of the procurement
The SPS has commenced this procurement process in good faith and with the intention of awarding a contract. Following publication of the Contract Notice, an Invitation to Tender (ITT) including the Single Procurement Document (SPD) will be published by SPS and will be made available to bidders. Tender responses will then be evaluated by the SPS in accordance with the ITT.
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
24
This contract is subject to renewal
Yes
Description of renewals
An extension term of up to 24 months shall be 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
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
All Supplier Representatives shall hold the following qualifications as a minimum:
Electrical Services:
-Have served a related recognised apprenticeship (and achieved at least NC and SVQ Level 3 or equivalents in that area of specialism); and
-Achieved City & Guilds 2382 or equivalent working to BS7671 18th Edition.
Mechanical Services:
-Have served a related recognised apprenticeship (and achieved at least NC and SVQ Level 3 or equivalents in that area of specialism) e.g. NVQ/SVQ Level 3 Plumbing & Heating Qualification.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
All Supplier Representatives shall hold the following qualifications as a minimum:
Electrical Services:
-Have served a related recognised apprenticeship (and achieved at least NC and SVQ Level 3 or equivalents in that area of specialism); and
-Achieved City & Guilds 2382 or equivalent working to BS7671 18th Edition.
Mechanical Services:
-Have served a related recognised apprenticeship (and achieved at least NC and SVQ Level 3 or equivalents in that area of specialism) e.g. NVQ/SVQ Level 3 Plumbing & Heating Qualification.
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: 2023/S 000-020621
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 September 2023
Local time
2:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 September 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July/ August 2027
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24999. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:742578)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Chalmers Street
Edinburgh
EH1 1LB
Country
United Kingdom