Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SPS-02206 Justice Partners Escort and Court Custody (Scotland)

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04ea86
Published by:
Scottish Prison Service
Authority ID:
AA20944
Publication date:
26 March 2025
Deadline date:
07 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Scottish Prison Service (SPS) is seeking a competent service provider to undertake the delivery of the SPS-02206 Justice Partners Escort and Court Custody (Scotland) (JPECCS) contract. The SPS is the ‘lead’ authority in terms of managing the contract on behalf of the Scottish Government, led by the Criminal Justice Partners (including the Scottish Courts and Tribunals Service, Crown Office and Procurator Fiscal Services and Police Scotland). The Criminal Justice Partners will be seeking a service provider to deliver the full requirements of the JPECCS contract which covers all prisoner escorts in Scotland, including court movements, police custody unit movements, hospital appointments, inter-prison transfers, community work placements and transportation for home leave, together with court custody operations. In addition, there are a number of secure movements from police stations and prisons elsewhere in the UK to Scotland and vice versa. The service provider will also provide hospital watch escorts for those prisoners admitted to hospital. In 2023/24 there were approximately 37,000 secure and community movements transporting over 125,000 individuals under the contract. In addition, the service provider will require to have robust data collection systems and reporting tools to support the delivery of the contract and to measure performance.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Prison Service

One Lochside 1 Lochside Avenue

Edinburgh

EH12 9DJ

UK

Contact person: Gavin Weetman

Telephone: +44 1313303771

E-mail: Gavin.Weetman@prisons.gov.scot

NUTS: UKM75

Internet address(es)

Main address: http://www.sps.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/rfq/modifyRfq.do?from=menu&_ncp=1490107394183.619-2


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-02206 Justice Partners Escort and Court Custody (Scotland)

Reference number: SPS-02206

II.1.2) Main CPV code

75231220

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Scottish Prison Service (SPS) is seeking a competent service provider to undertake the delivery of the SPS-02206 Justice Partners Escort and Court Custody (Scotland) (JPECCS) contract. The SPS is the ‘lead’ authority in terms of managing the contract on behalf of the Scottish Government, led by the Criminal Justice Partners (including the Scottish Courts and Tribunals Service, Crown Office and Procurator Fiscal Services and Police Scotland). The Criminal Justice Partners will be seeking a service provider to deliver the full requirements of the JPECCS contract which covers all prisoner escorts in Scotland, including court movements, police custody unit movements, hospital appointments, inter-prison transfers, community work placements and transportation for home leave, together with court custody operations. In addition, there are a number of secure movements from police stations and prisons elsewhere in the UK to Scotland and vice versa. The service provider will also provide hospital watch escorts for those prisoners admitted to hospital. In 2023/24 there were approximately 37,000 secure and community movements transporting over 125,000 individuals under the contract. In addition, the service provider will require to have robust data collection systems and reporting tools to support the delivery of the contract and to measure performance.

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


Main site or place of performance:

Scotland

II.2.4) Description of the procurement

The SPS shall commence this procurement process in good faith and with the intention of awarding a contract. The procurement will follow the Competitive Procedure with Negotiation procurement route.

Following publication of this Contract Notice a Single Procurement Document (SPD) will be made available to bidders.

Tender responses will then be evaluated by SPS. Following the evaluation of the SPD, shortlisted bidders will be provided with an Invitation to Tender (ITT). The ITT will be published by SPS and will be made available to bidders via the Public Contract Scotland Tender (PCS-T) portal, an e-Tendering System which can be accessed via the Public Contracts Scotland (PCS) website.

Suppliers shall note that all documentation, including the SPD, is only available in electronic form and can be accessed via your web browser.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 23/01/2027

End: 31/03/2035

This contract is subject to renewal: Yes

Description of renewals:

The contract will have the option to extend up to a further 48 months.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

Selection will be based on use of the Global Question with pass/fail criteria. Bidders must pass the minimum standards sections of the SPD (Scotland).

These will be evaluated on a pass/fail basis.

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

List and brief description of selection criteria:

Bidders will be required to provide assurance that they are financially stable in order to fulfil the full requirements of the Contract. This can be:

Evidencing the bidding organisation has a minimum yearly turnover of GBP30m over the last 3 years; or

If bidding as a consortium or Joint Venture (JV), information to evidence that each of the bidding entities are financially viable, have partner stability, the JV structure, funding arrangements, financial liability and assurance of cash flow forecast throughout the Contract Term.


Minimum level(s) of standards required:

Employers Liability insurance GBP10m

Public Liability insurance GBP10m

Medical Malpractice insurance GBP5m

Lock Indemnity insurance GBP150k

Airside insurance GBP 100k.

Motor Vehicle Insurance including any third party liability in accordance with any legal requirements (for the time being in force)

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The Service Provider shall be required to demonstrate their capability and competence in the delivery of the required service. This includes:

The safe and secure movement of individuals between multiple locations and authorities (in 2023/24 this was for over 125,000 individuals).

The management and appropriate care and welfare of those individuals in accordance with the levels indicated within the ITT.

A significant number of movements (in 2023/24 there were approximately 37,000 secure and community movements) to diverse locations across a wide geographical area.


Minimum level(s) of standards required:

Bidders should note that the following minimum levels will be evaluated as part of the award criteria:

The Service Provider will be required to have valid Disclosure Scotland certificates (Enhanced level for PCO and Healthcare professionals and Standard for all other staff) or as required by the Protecting Vulnerable Groups (Scotland) Act 2007 in respect of regulated work.

Service Provider staff working in the Authority’s premises will be required to comply with all security regulations - including the provisions about Prohibited Items.

In addition the Service Provider will be required to provide assurances regarding ‘Workforce Matters’ in respect of those engaged to provide the Services (this assurance will include any sub-contractor staff used to provide Services).

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/04/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/04/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The initial Contract Term will expire during January 2035. There is a Contract extension of up to a further four years available.

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

Bidders should note that legislative compliance in the following areas will be evaluated as part of the award criteria:

The Service Provider shall comply with, and demonstrate how it will ensure compliance with, inter alia:

Criminal Justice and Public Order (CJ&PO) Act, 1994;

The Criminal Justice (Scotland) Act 2016;

The Police and Fire Reform (Scotland) Act 2012;

The Sheriff Courts (Scotland) Act 1971; and

The Prisons (Scotland) Act 1989.

Prisons and Young Offenders Institutions (Scotland) Rules 2011.

Bidders will also be required to comply with, and ensure that their operational instructions, processes and procedures and the delivery of the services ensure compliance with the relevant regulatory and legislative obligations including, but not limited to those relating to:

Health and Safety at Work Act 1974;

Food Safety Act 1990;

Employment;

General Data Protection Regulation (GDPR);

Equality Act 2010;

Data Protection Act 2018;

The Human Rights Act 1998;

Regulation of Investigatory Powers (Scotland) Act 2000 (RIP(S)A);

United Nations Convention Against Torture (UNCAT); and

Fatal Accidents and Sudden Deaths etc. (Scotland) Act 2016.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 28711. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement. Requirements for Community Benefits shall be included within the ITT stage.

(SC Ref:789307)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

UK

Internet address(es)

URL: www.scotcourts.gov.uk/the-courts/sheriff-court/find-a-court

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

Bidders seeking a review should contact the Head of Procurement at the above SPS address or e-mail (see para VI4.1).

VI.5) Date of dispatch of this notice

07/03/2025

Coding

Commodity categories

ID Title Parent category
75231220 Prisoner-escort services Judicial services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Gavin.Weetman@prisons.gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.