Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Prison Service
One Lochside, 1 Lochside Avenue
Edinburgh
EH12 9HW
UK
E-mail: alan.mcconnach@prisons.gov.scot
NUTS: UKM75
Internet address(es)
Main address: http://www.sps.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SPS-02093 Maintenance of Standby Generators and Oil Storage Tanks
Reference number: SPS-02093
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
This Contract will provide maintenance services to the secondary power supplies for 15 sites: 13 Prison Establishments, the SPS College (SPSC), a combined central store and training facility (Fauldhouse).
This contract is for the Maintenance of Standby Generators and Oil Storage Tanks required for Equipment at 15 sites.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Maintenance of Standby Generators and Oil Storage Tanks – required for Equipment at 15 sites
Equipment
The SPS has a wide range of Equipment which is included within the scope of the Contract. The Equipment is utilised to provide a safe and suitable living and working environment within SPS properties by ensuring continuity of supply in event of mains power failure.
The Equipment requires to be fully tested, operational and always operate at maximum efficiency. The Contract shall support this requirement by providing safe and suitable planned maintenance and reactive activities, integrity inspections, test and certification services to a minimum of SFG20 specification where SFG20 fully meets or exceeds the requirements of statutory regulations, manufacturer’s instructions, British and EU Standards, and the operational requirements of the Establishment.
The planned contract duration is an initial period of 3 years with an optional extension period of up to 3 years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
up to 3 years optional extension period
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
2023/S 000-014150
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/07/2023
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 of tenders
Date:
24/07/2023
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Public Liability insurance 1 million pounds
Employers Liability Insurance 5 million pounds
Financial Information for the last two years
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24169. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:735268)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
Internet address(es)
URL: www.scotcourts.gov.uk/the-courts/sheriff-court/find-a-court
VI.5) Date of dispatch of this notice
13/06/2023