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