Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Prison Service
One Lochside 1 Lochside Avenue
Edinburgh
EH12 9DJ
UK
Person cyswllt: Gavin Weetman
Ffôn: +44 1313303771
E-bost: Gavin.Weetman@prisons.gov.scot
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.sps.gov.uk
Cyfeiriad proffil y prynwr: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/rfq/modifyRfq.do?from=menu&_ncp=1490107394183.619-2
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Asiantaeth/swyddfa genedlaethol neu ffederal
I.5) Prif weithgaredd
Trefn a diogelwch cyhoeddus
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
SPS-02206 Justice Partners Escort and Court Custody (Scotland)
Cyfeirnod: SPS-02206
II.1.2) Prif god CPV
75231220
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
Scotland
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
23/01/2027
Diwedd:
31/03/2035
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract will have the option to extend up to a further 48 months.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 3
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
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) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
IV.1.5) Gwybodaeth am negodi
Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
07/04/2025
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
16/04/2025
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
The initial Contract Term will expire during January 2035. There is a Contract extension of up to a further four years available.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
UK
Cyfeiriad(au) rhyngrwyd
URL: www.scotcourts.gov.uk/the-courts/sheriff-court/find-a-court
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
07/03/2025