Contract

Security Screening Maintenance and Training

  • The Scottish Parliament Corporate Body

F03: Contract award notice

Notice identifier: 2023/S 000-030563

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

Published 17 October 2023, 10:20am



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.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

This is an Award Notice for the SPCB to award a contract to 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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £143,412.48

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

This is an Award notice for the SPCB to appoint 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.2.11) 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 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 000-020813


Section five. Award of contract

Contract No

NIC-SER-507

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 October 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Westminster International Ltd

Blacklocks Hill

Banbury

OX172BS

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £143,412.48


Section six. Complementary information

six.3) Additional information

This is an award notice.

All values published in this award notice are for the total of a 4 year contract plus 4 one year optional extensions.

(SC Ref:747153)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom