Section one: Contracting authority
one.1) Name and addresses
Scottish Prison Service
Calton House, 5 Redheughs Rigg
Edinburgh
EH12 9HW
charles.robertson@sps.pnn.gov.uk
Telephone
+44 1313303870
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
01959 Provision of Security Scanning Equipment
Reference number
01959
two.1.2) Main CPV code
- 33111000 - X-ray devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Scottish Prison Service (SPS) and Ministry of Justice (MoJ) require a Supplier to provide x-ray scanning equipment for various sites across the UK.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of this procurement exercise is to award a contract for the provision of Security Scanning Equipment across the UK. The Scottish Prison Service (SPS) is the ‘lead’ authority for this contract which provides goods and services for itself and its collaborative partner, the Ministry of Justice (MOJ).
The procurement will follow the Open procedure. Following publication of the Contract Notice, an Invitation to Tender (ITT) shall be published. Tender responses will then be evaluated by the SPS.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
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
Option to extend by a further 12 months.
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
Bidders should be aware that they are required to provide Goods and Services that meet all relevant legislative requirements. The bidder shall also be required to be fully accredited/approved by the manufacturer to provide the Goods, maintenance services and training as required.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly turnover of GBP100K for the last 2 years.
Minimum level(s) of standards possibly required
Employers (Compulsory) Liability insurance GBP5M
Public and Product Liability insurance GBP1M
three.1.3) Technical and professional ability
List and brief description of selection criteria
The ITT documentation sets out the details of the requirements of the contract, but the successful accredited/approved supplier shall:
-Be capable and have experience to supply, install and test the required Goods;
-Capability to cover all of the UK;
-Be able to provide planned preventative and reactive maintenance services;
-Robust quality assurance procedures;
-Provide training and consumables to operate the Goods throughout the contract term;and
-Compliance with the relative legislative requirements.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to 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
8 December 2021
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
8 December 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contract will be available for use by the Scottish Prison Service and Ministry of Justice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 41894. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:672885)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom