CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 013-025885/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Prison Service
Postal address: Calton House, 5 Redheughs Rigg
Town: Edinburgh
Postal code: EH12 9HW
Country: United Kingdom
Telephone: +44 1313303776
Email: alan.mcconnach@sps.pnn.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Other type: Prison Service
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 01557 Maintenance of X-Ray and Detection Equipment
II.1.2) Main CPV code: 33111000
II.1.3) Type of contract: Services
II.1.4) Short Description: SPS require a supplier or suppliers to provide Planned Preventative Maintenance and Reactive Maintenance for:
— X-Ray machines,
— Metal Detectors, and,
— Body Orifice Security Scanners at SPS sites across Scotland.
II.1.6) Information about lots:
The 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:— Lot 1: Walk Through Metal Detection Equipment.
— Lot 2: X-ray Equipment (L3 and Rapiscan).
— Lot 3: X-ray Equipment (Smiths/Hiemann).
— Lot 4: BOSS Chairs.

II.2) Description
II.2.1) Title: Walk Through Metal Detection Equipment

Lot No:1
II.2.2) Additional CPV code(s)
33111000

II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
The SPS has a number of metal detection equipment across its Estate, which require being fully operational at all times.
The Contract shall support this requirement by providing safe and suitable planned maintenance activities, inspection, test, certification and reactive maintenance services in line with British Standards, statutory regulations, manufacturer’s instructions and the operational requirements of each Establishment.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Extension period of up to 3 years.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: X-ray equipment (L3 and Rapiscan)

Lot No:2
II.2.2) Additional CPV code(s)
33111000

II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
The SPS has X-ray equipment (manufacturers L3 and Rapiscan) across its Estate, which require being fully operational at all times.
The Contract shall support this requirement by providing safe and suitable planned maintenance activities, inspection, test, certification and reactive maintenance services in line with British Standards, statutory regulations, manufacturer’s instructions and the operational requirements of each Establishment.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Extension period of up to 3 years.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: X-ray equipment (Smiths/Hiemann)

Lot No:3
II.2.2) Additional CPV code(s)
33111000

II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
The SPS has a number of X-ray equipment (Smiths/Hiemann) across its Estate, which require being fully operational at all times.
The Contract shall support this requirement by providing safe and suitable planned maintenance activities, inspection, test, certification and reactive maintenance services in line with British Standards, statutory regulations, manufacturer’s instructions and the operational requirements of each Establishment.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Extension period of up to 3 years.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: BOSS Chairs

Lot No:4
II.2.2) Additional CPV code(s)
33111000

II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
The SPS has a number of B.O.S.S Chairs, across its Estate, which requires being fully operational at all times.
The Contract shall support this requirement by providing safe and suitable planned maintenance activities, inspection, test, certification and reactive maintenance services in line with British Standards, statutory regulations, manufacturer’s instructions and the operational requirements of each Establishment.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/Weighting:40
Price – Weighting:60
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Extension period of up to 3 years.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2017/S 206-425354
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-02-19 Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2018-02-19 Local time: 14:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information:
Provision of yearly turnover for the previous 2 financial years.
Minimum insurance levels are:
— Employers Liability Insurance is 5 million GBP.
— Public/Product Liability Insurance is 5 million GBP.
— Quality assurance level: ISO9001 or equivalent required.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9961. For more information see:

(SC Ref:526340).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Scottish Prison Service
Postal address: Calton House, 5 Redheughs Rigg
Town: Edinburgh
Postal code: EH12 9HW
Country: United Kingdom
Telephone: +44 1313303776
Internet address:
VI.5) Date of dispatch of this notice:2018-01-17


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 19, 2024

United Kingdom-Belfast: Professional Use POCT Blood Glucose and Ketone Monitoring Systems

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-012617/EN) Nature of contract: Supply contract Procedure: Not applicable Additional information Supplies Section I: Contracting authority I.1)

April 19, 2024

United Kingdom-Bristol: The Supply of Promotional Materials

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-012680/EN) Nature of contract: Service contract Procedure: Negotiated without a call for competition Type