Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-039231/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Police Authority
Postal address: 1 Pacific Quay, 2nd Floor
Town: Glasgow
Postal code: G51 1DZ
Country: United Kingdom
Telephone: +44 1786895668
Email: louise.hall@scotland.police.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:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Estates Asset Management System
Reference number: PROC 23 2290
II.1.2) Main CPV code: 72268000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Scottish Police Authority (known as the “the Authority”) has a requirement for a PASF Public or Private Cloud Estate & Property Management System
II.1.5) Estimated total value:
Value excluding VAT: 320000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Scotland
II.2.4) Description of the procurement:
Please see full details in the Contract Notice on project_28010 – PROC 23 2290 – Estates Asset Management System
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:SPD Question 4A.1 Trade Registers
It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA’s satisfaction that they are trading from the address provided in the tender and under the company name given.
Tenderers within the UK must confirm if they are registered under Companies House within this question.
If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
Please see details in the Contract Notice uploaded to the Attachments Area of the ITT in project_28010 – PROC 23 2290 – Estates Asset Management System.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Please see full details in the Contract Notice uploaded to the Attachments Area of the ITT in project_28010 – PROC 23 2290 – Estates Asset Management System
SPD Question 4B5 Insurances
EPD Question 4B6 Financial Standing
Minimum level(s) of standards possibly required: Please see full details in the Contract Notice uploaded to the Attachments Area of the ITT in project_28010 – PROC 23 2290 – Estates Asset Management System
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents.
The below requirements will be requested during the tender process:
SPD Question 4C.1.2 Technical and Professional Ability
Please see details in the Contract Notice uploaded to the Attachments Area of the ITT in project_28010 – PROC 23 2290 – Estates Asset Management System.
SPD Question 4C.2 Technical and Professional Ability (Technicians or Technical Bodies)
SPD Question 4C.3 Technical and Professional Ability (Technical Facilities and Measures)
SPD Question 4C.7 Technical and Professional Ability (Environmental Management Measures)
Minimum level(s) of standards possibly required:Please see details in the Contract Notice uploaded to the Attachments Area of the ITT in project_28010 – PROC 23 2290 – Estates Asset Management System
III.2.2) Contract performance conditions: During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below:
Quality – Category Weight (50%)
Contract Outcome – 80%
Continual Improvement/ Innovation – 20%
Cost – Category Weight (10%)
Invoice Accuracy – 100%
Service – Category Weight (40%)
Communication – 80%
Management Information – 20%
Please see details in the Contract Notice uploaded to the Attachments Area of the ITT in project_28010 – PROC 23 2290 – Estates Asset Management System.
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2025-01-10 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2025-01-10 Local time: 12:00 Place:Glasgow
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Please see details in the Contract Notice uploaded to the Attachments Area of the ITT in project_28010 – PROC 23 2290 – Estates Asset Management System
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28010 . For more information see:
(SC Ref:785022)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court
Postal address: 1 Carlton Place
Town: Glasgow
Postal code: G5 9DA
Country: United Kingdom
VI.5) Date of dispatch of this notice:2024-12-05