Contract notice
Directive 2014/24/EU - Public Sector Directive
Section I: Contracting Change
authority
I.1) Name and addresses
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
UK
Contact person: Alison Duff
Telephone: +44 7580801846
E-mail: alison.duff@gov.scot
NUTS: UK
Internet address(es)
Main address: http://www.parliament.scot
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
I.1) Name and addresses
Scottish Government
Victoria Quay, Leith
Edinburgh
EH6 6QQ
UK
Telephone: +44 1312447556
E-mail: alison.duff@gov.soct
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Devolved Parliament
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Mail Screening Services
Reference number: NIC/SER/395
II.1.2) Main CPV code
64121100
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Parliamentary Corporate Body (SPCB) and the Scottish Government (SG) require a contractor to provide mail screening services for all items of mail to be delivered to nominated sites in Edinburgh, Glasgow, Kinlochleven and London. The contractor shall be responsible for the security of the mail from the point of collection from the public mail carrier up to the delivery of screened mail to the nominated SPCB and SG designated sites. There is the potential for a further two sites, one in Dundee and another Glasgow location being added during the contract period.
II.1.5) Estimated total value
Value excluding VAT: 750 000.00 GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
64121100
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Edinburgh, Glasgow, Kinlochleven and London
II.2.4) Description of the procurement
The Scottish Parliamentary Corporate Body (SPCB) and the Scottish Government (SG) require the services of a contractor to provide mail screening service from the point where the contractor collects the mail items from the public mail carrier to end delivery of the screened mail to SPCB and SG designated sites. The contractor must screen the mail to Screening Level 2 as set out in PAS97:2015, also including external visual inspection of every mail items. The contractor will be required to screen for hazardous, dangerous and offensive items and to deliver the mail securely to the Scottish Parliament's and Scottish Government's designated locations. The services include:
-collection and transportation of all mail items from the public mail carrier;
- secure screening of mail at the Contractor's facility;
- timely and secure delivery of all screened mail items to the SPCB and SG designated sites detailed in the tender documents.
Full details of the services are contained in the Specification in the tender documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT: 750 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
up to 2 x 12 month extensions are available at the discretion of the SPCB and SG
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:
Yes
Description of options:
Additional sites may be added during the term of the contract
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
4A.1 if required by the member state, tenderers are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Tenderers should indicate the required registration and relevant body in which they are established.
4A.1.1 Tenderers are required to indicate if relevant documentation is available electronically.
4A.2 Where it is required, within a tenderer's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Tenderers must confirm that they hold the particular authorisation or memberships.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/
If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.
Tenderers should have a Creditsafe credit rating of 30 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 30 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.
Minimum level(s) of standards required:
With reference to ESPD questions 4B.5.1 and 4B.5.2 - it is a requirement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers'(Compulsory) Liability Insurance of 5 million GBP
Public Liability Insurance of 1 million GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please refer to these statements when completing section 4C of the ESPD (Scotland)
Minimum level(s) of standards required:
4C.1.2 - The tenderer will be required to provide a maximum of two relevant examples to demonstrate their experience and knowledge to deliver the services as described in the Specification. Your response should make reference to the screening level in line with PAS97:2015 level 2 and describe all elements of the end to end mail screening services provided.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
In order to ensure the highest standards of service quality in this contract the SPCB and SG require the contractor to take a positive approach to fair work practices.
The contract will be subject to a performance management system with KPIs
Full details of all performance conditions are documented in the Specification document within the tender documentation.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/07/2018
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
12/07/2018
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:
Approximately 12 months prior to the end of the Contract Term of any subsequently awarded contract.
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
ESPD selection Criteria
Part IV: ‘Selection Criteria’ of the ESPD shall be scored on a pass/fail basis. For avoidance of doubt a pass is that the response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/ capacity/ capability but may lack in some aspects of similarity eg previous experience, knowledge or skills may not be of a similar nature.
With regard to ESPD Questions 4D.1 (Quality Assurance) and Question 4D.2 (Environment)where a tenderer is unable to provide an independent third party certificate and provides information under the standard questions detailed at part 2, the response will be evaluated on the entire response to the standard questions. Any tenderer providing a response which fails to evidence the information stated in the standard questions will be determined to have failed and the bid may be set aside and take no further part in the competition.
Award Criteria Questions can be found in the ITT together with the weightings.
Award scoring methodology is fully detailed in the Instructions to Tenderers Appendix A.
Tenderers who fail to pass the ESPD stage may have their bids set aside and take no further part in the evaluation.
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=544353.
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.
(SC Ref:544353)
VI.4) Procedures for review
VI.4.1) Review body
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
UK
Telephone: +44 1313486620
Internet address(es)
URL: http://www.parliament.scot
VI.5) Date of dispatch of this notice
08/06/2018