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

Transportation of Deceased Persons

  • First published: 12 May 2025
  • Last modified: 12 May 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-04ddf7
Published by:
Scottish Police Authority
Authority ID:
AA22040
Publication date:
12 May 2025
Deadline date:
02 June 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Framework with multiple suppliers covering mainland and islands of Scotland.

A service is required to uplift deceased persons from a locus and transport them to a designated mortuary, or transport between mortuaries or from a mortuary to a place of rest.

The requirement for transportation is only in circumstances where there is a Police Scotland/COPFS investigation into the death.

Non-suspicious deaths where a death certificate is issued or is anticipated will not form part of the requirement.

The contract will incorporate the full requirement for transportation services for Police Scotland and the COPFS (Crown Office & Procurator Fiscal Service). Police Scotland will be the main point of contact for all enquiries & invoicing relating to the Framework.

The Framework will be split into 2 Lots:-

Lot 1: Reactive Journeys from Locus to Designated Mortuary or non-Designated Mortuary

Lot 2: Planned Journeys between Designated Mortuaries, Non Designated Mortuaries and Designated Mortuaries, Places of Rest and Designated Mortuaries and Return Journeys

Bothe lots will be further split into geographical regions with suppliers able to bid on the regions most suited to their business.

The following transport services have been identified as forming part of the requirement:

1. ‘First Transport’ – Transport to Designated Mortuary

2. ‘Second Transport’ –

Place of Rest or Designated Mortuary to Designated Mortuary

3. ‘Return Transport’ – Designated Mortuary to Local Jurisdiction or Mortuary

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Police Authority

1 Pacific Quay, 2nd Floor

Glasgow

G51 1DZ

UK

Telephone: +44 1786895668

E-mail: procurementtenders@scotland.police.uk

NUTS: UKM

Internet address(es)

Main address: http://www.spa.police.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762

I.1) Name and addresses

Crown Office and Procurator Fiscal Service

Crown Office, 25 Chambers Street

Edinburgh

EH1 1LA

UK

Telephone: +44 3000203000

E-mail: procurementreturns@copfs.gov.uk

Fax: +44 8445614069

NUTS: UKM

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00292

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


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:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Transportation of Deceased Persons

Reference number: PROC-24-2705

II.1.2) Main CPV code

98370000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Framework with multiple suppliers covering mainland and islands of Scotland.

A service is required to uplift deceased persons from a locus and transport them to a designated mortuary, or transport between mortuaries or from a mortuary to a place of rest.

The requirement for transportation is only in circumstances where there is a Police Scotland/COPFS investigation into the death.

Non-suspicious deaths where a death certificate is issued or is anticipated will not form part of the requirement.

The contract will incorporate the full requirement for transportation services for Police Scotland and the COPFS (Crown Office & Procurator Fiscal Service). Police Scotland will be the main point of contact for all enquiries & invoicing relating to the Framework.

The Framework will be split into 2 Lots:-

Lot 1: Reactive Journeys from Locus to Designated Mortuary or non-Designated Mortuary

Lot 2: Planned Journeys between Designated Mortuaries, Non Designated Mortuaries and Designated Mortuaries, Places of Rest and Designated Mortuaries and Return Journeys

Bothe lots will be further split into geographical regions with suppliers able to bid on the regions most suited to their business.

The following transport services have been identified as forming part of the requirement:

1. ‘First Transport’ – Transport to Designated Mortuary

2. ‘Second Transport’ –

Place of Rest or Designated Mortuary to Designated Mortuary

3. ‘Return Transport’ – Designated Mortuary to Local Jurisdiction or Mortuary

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Reactive Journeys

II.2.2) Additional CPV code(s)

98370000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland - Mainland and Islands

II.2.4) Description of the procurement

Reactive Journeys from Locus to Designated Mortuary or non-Designated Mortuary.

Each area may have different transport requirements in line with the geographic characteristics.

The requirement for transportation is only in circumstances where there is a requirement for Police Scotland/COPFS investigation into the death. Non-suspicious deaths where a death certificate is issued or is anticipated will not form part of the requirement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Delivery / Weighting: 25%

Quality criterion: Staff Assigned to the Service / Weighting: 25%

Quality criterion: Method Statement 1 / Weighting: 15%

Quality criterion: Method Statement 2 / Weighting: 10%

Quality criterion: Method Statement 3 / Weighting: 10%

Quality criterion: Community Benefits / Weighting: 5%

Quality criterion: Fair Work Practises / Weighting: 5%

Quality criterion: Sustainability / Weighting: 5%

Price / Weighting:  50%

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:

1 x 12 month extension available

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.2.14) Additional information

Each Lot will further divided into geographical Sub-Lots.

A maximum of three Contractors shall be appointed for each geographical Sub-Lot. The Contractors will be ranked 1st, 2nd and 3rd based on the Most Economically Advantageous Tender (MEAT).

Lot No: 2

II.2.1) Title

Planned Journeys

II.2.2) Additional CPV code(s)

98370000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Throughout Scotland - Mainland and islands

II.2.4) Description of the procurement

Planned journeys to transport deceased persons between

Designated Mortuaries, Non Designated Mortuaries or Places of Rest.

Each area covered by the contract may have different transport requirements in line with the geographic characteristics.

The requirement for transportation is only in circumstances where there is a requirement for Police Scotland/COPFS investigation into the death. Non-suspicious deaths where a death certificate is issued or is anticipated will not form part of the requirement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Delivery / Weighting: 35%

Quality criterion: Staff assigned to carry out the service / Weighting: 35%

Quality criterion: Method Statement / Weighting: 15%

Quality criterion: Community Benefits / Weighting: 5%

Quality criterion: Fair Work Practises / Weighting: 5%

Quality criterion: Sustainability / Weighting: 5%

Price / Weighting:  50%

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:

1 x 12 month extension available

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.2.14) Additional information

Each Lot will further divided into geographical Sub-Lots.

A maximum of three Contractors shall be appointed for each geographical Sub-Lot. The Contractors will be ranked 1st, 2nd and 3rd based on the Most Economically Advantageous Tender (MEAT).

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:

Registered on the Scottish Government Funeral Sector Register.

https://funeral.epass.service.gov.scot/

https://blogs.gov.scot/funeral-industry/2025/04/01/funeral-sector-register-live/

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Public Liability Insurance to the extent of not less than FIVE MILLION POUNDS (GBP 5,000,000)

Employers Liability Insurance to the extent of not less than TEN MILLION POUNDS (GBP 10,000,000)

Product Liability Insurance (where applicable) to the extent of not less than FIVE MILLION POUNDS (GBP 5,000,000)

Professional Indemnity Insurance (where applicable) to the extent of not less than TWO MILLION POUNDS (GBP 2,000,000)

Agree to credit safe report (score of 30 or more required)


III.1.3) Technical and professional ability

List and brief description of selection criteria:

please provide relevant examples of supplies and/or services carried out during the last three years.

Please provide details of the vehicles that are available for the provision of the service.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 30

Justification for any framework agreement duration exceeding 4 years: n/a

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:

2025/S 000-004660

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

Date: 02/06/2025

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 tenderer must maintain the tender

Tender must be valid until: 31/12/2025

IV.2.7) Conditions for opening of tenders

Date: 02/06/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Jan 2029

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=797617.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Contracting authorities have a legal and policy basis for incorporating community benefit requirements into their procurement process, these refer to public contracts, and will use Contracts to deliver wider social benefits such as:

-Targeted recruitment and training (providing employment and training opportunities/apprenticeships).

-SME and social enterprise development.

-Community engagement.

As part of the Technical Criteria, Tenders are required to provide an outline of all Community Benefits that can be offered in relation to the Contract.

Please note any Community Benefits offered shall be monitored throughout the Contract period to ensure delivery.

(SC Ref:797617)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=797617

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

E-mail: lesley.quirk2@scotland.police.uk

VI.5) Date of dispatch of this notice

05/05/2025

Coding

Commodity categories

ID Title Parent category
98370000 Funeral and related services Miscellaneous 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:
procurementtenders@scotland.police.uk
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.