Contract

Provision of Storage and Transportation Services

  • Scottish Courts and Tribunals Service

F03: Contract award notice

Notice identifier: 2025/S 000-064946

Procurement identifier (OCID): ocds-h6vhtk-04d48e (view related notices)

Published 13 October 2025, 5:00pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Courts and Tribunals Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

Contact

Mark Allan

Email

mallan1@scotcourts.gov.uk

Telephone

+44 1314443300

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotcourtstribunals.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00396

one.4) Type of the contracting authority

Other type

Justice

one.5) Main activity

Other activity

Justice


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Storage and Transportation Services

Reference number

SCTS-2024-003

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

SCTS required a fully managed service addressing the provision of storage and transportation of goods and furniture for the entire SCTS estate across Scotland

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: £292,400

two.2) Description

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

SCTS required a fully managed service addressing the provision of storage and transportation of goods and furniture for the entire SCTS estate across Scotland.

two.2.5) Award criteria

Quality criterion - Name: Criteria 1 - Supplier Delivery Plan / Weighting: 15

Quality criterion - Name: Criteria 2 - Supplier Delivery Team / Weighting: 5

Quality criterion - Name: Criteria 3 - Risk Management / Weighting: 15

Quality criterion - Name: Criteria 4 - Sustainability / Weighting: 10

Quality criterion - Name: Criteria 5 - Social Value Commitments / Weighting: 10

Quality criterion - Name: Criteria 6 - Implementation and Migration of Service / Weighting: 5

Quality criterion - Name: Criteria 7 - Communication and Escalation / Weighting: 5

Quality criterion - Name: Criteria 8 - Continuous Improvement and Innovation / Weighting: 5

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

Buyer's option to extend by a further 12 months.

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

Restricted 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: 2025/S 000-001834


Section five. Award of contract

Contract No

SCTS-2024-003

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

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

five.2.3) Name and address of the contractor

Restore Harrow Green

2 oriental Road

London

E16 2BZ

Telephone

+44 02075406550

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £292,400


Section six. Complementary information

six.3) Additional information

(SC Ref:812850)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1 LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

General

Reference should be made to Part 3 "Remedies" (Regs 84 – 95) of the Public Contracts (Scotland) Regulations 2015 and independent legal advice should be sought urgently before any claim is commenced.

A claimed breach of the public procurement rules is actionable by any economic operator in legal proceedings brought in the Sheriff Court or the Court of Session in Scotland.

Prior Notice of Proceedings

Proceedings under this regulation may not be brought unless the economic operator has first informed the contracting authority of —

(a) the nature of the claimed breach or apprehended breach of the public procurement rules; and

(b) its intention to bring proceedings in respect of that claimed breach.

Time Limits for Bringing Proceeding

Proceedings must be brought within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen unless the court considers that there is a good reason for extending the period within which proceedings may be brought, in which case the court may extend that period for up to a maximum of 3 months from that date.