Tender

01959 Provision of Security Scanning Equipment

  • Scottish Prison Service

F02: Contract notice

Notice identifier: 2021/S 000-027906

Procurement identifier (OCID): ocds-h6vhtk-02f46f

Published 8 November 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

Scottish Prison Service

Calton House, 5 Redheughs Rigg

Edinburgh

EH12 9HW

Email

charles.robertson@sps.pnn.gov.uk

Telephone

+44 1313303870

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.sps.gov.uk

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