Tender

Building Maintenance Services

SCOTTISH PARLIAMENTARY CORPORATE BODY

This public procurement record has 2 releases in its history.

TenderUpdate

27 Apr 2017 at 00:00

Tender

19 Apr 2017 at 00:00

Summary of the contracting process

The Scottish Parliamentary Corporate Body (SPCB) is currently initiating a tender for "Building Maintenance Services" located at the Scottish Parliament Building in Edinburgh, UK. This procurement process falls under the services category and is classified under the CPV code 50710000. The tender period is active and will close on 31 May 2017. The SPCB seeks a contractor to deliver planned and reactive building maintenance, including various services such as mechanical and electrical installations, environmental management, and compliance inspections. The procurement method employed is a restrictive procedure, inviting a selected number of bidders to participate.

This tender presents a significant opportunity for companies specialising in facilities management, maintenance services, and environmental management solutions. Businesses with a proven track record in delivering similar services, particularly those with experience in managing complex buildings and ensuring compliance with statutory requirements, will be well-positioned to compete. The scope of work allows for a range of subcontracting opportunities as well, making it suitable for firms offering specialised services like lift maintenance, electrical works, and energy management systems.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Building Maintenance Services

Notice Description

The Scottish Parliamentary Corporate Body (SPCB) requires a contractor to provide planned and reactive building maintenance and asset management of building services. This includes, but is not limited to: mechanical, electrical, floor fabric finishes, windows, doors, perimeter security installations, drainage installations, statutory compliance inspection and testing, supporting other contractor's building access requirements, environmental, energy and water management, and the management, design and delivery of related minor works and projects. The contract may, over its duration, include lifts, fire alarms, security systems, building environmental management system and digital meeting rooms' maintenance. Separate contractors deal with planned and reactive services for high level fabric maintenance and cleaning, and low level cleaning.

Lot Information

Lot 1

The Scottish Parliamentary Corporate Body (SPCB) requires a contractor to provide planned and reactive building maintenance and asset management of building services. The Scottish Parliament is an iconic and complex building, which requires to be well maintained. Specific elements of work include: Maintenance/repair/replacement of: fixed mechanical and electrical assets, building services including: air conditioning, heating and chilling systems, control systems, lighting systems including emergency lighting, lightning protection systems, smoke and natural ventilation systems and fittings, windows, internal and external doors, including all revolving, sliding, pivoting and roller shutter doors, internal floor finishes; to include timber, stone, tiles and concrete, broken glazing. Public health engineering services including L8 compliance. Water treatment including operation and maintenance of ponds. PAT testing, fixed wire testing, attendance, preparation and reinstatement works associated with inspections by third party works including statutory inspections. Emergency 24 hours, 365 days call out cover. Minor works, and related project Work. Energy monitoring and management including investigating and managing alarm logs and analysis of building energy management data. Maintaining the Asset register and computerised facilities management (CAFM) records for all Key subcontractor or supply chain works. The contract may, over its duration, include lifts, fire alarms, security systems, building environmental management system and digital meeting rooms' maintenance. Separate contractors deal with planned and reactive services for high level fabric maintenance and cleaning, and low level cleaning. Lots are not applicable to this contract as due to the nature of the work and operational business needs, work priorities can often change at short notice and therefore having one contractor offers the flexibility to reprioritise resources to avoid downtime and maintain overall responsibility of meeting the maintenance programme.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulation 2015.

Renewal: There is an option to extend this contract by up to 36 months, at the sole discretion of SPCB.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000489652
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR281343
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50700000 - Repair and maintenance services of building installations

50710000 - Repair and maintenance services of electrical and mechanical building installations

50711000 - Repair and maintenance services of electrical building installations

50712000 - Repair and maintenance services of mechanical building installations

Notice Value(s)

Tender Value
Not specified
Lots Value
£15,785,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Apr 20178 years ago
Submission Deadline
31 May 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
5 - 8 years depending on contract extensions being taken.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH PARLIAMENTARY CORPORATE BODY
Contact Name
Yvonne O'Hara
Contact Email
procurement@parliament.scot
Contact Phone
+44 1313486620

Buyer Location

Locality
EDINBURGH
Postcode
EH99 1SP
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
UKM25 Edinburgh, City of

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000489652-2017-04-27T00:00:00Z",
    "date": "2017-04-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000489652",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-30",
            "name": "Scottish Parliamentary Corporate Body",
            "identifier": {
                "legalName": "Scottish Parliamentary Corporate Body"
            },
            "address": {
                "streetAddress": "The Scottish Parliament, Procurement Services",
                "locality": "Edinburgh",
                "region": "UKM25",
                "postalCode": "EH99 1SP"
            },
            "contactPoint": {
                "name": "Yvonne O'Hara",
                "email": "procurement@parliament.scot",
                "telephone": "+44 1313486620",
                "url": "https://in-tendhost.co.uk/scottishparliament/aspx/home"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Devolved Parliament",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.parliament.scot"
            }
        },
        {
            "id": "org-2",
            "name": "Scottish Parliamentary Corporate Body",
            "identifier": {
                "legalName": "Scottish Parliamentary Corporate Body"
            },
            "address": {
                "streetAddress": "The Scottish Parliament, Procurement Services",
                "locality": "Edinburgh",
                "region": "UKM25",
                "postalCode": "EH99 1SP"
            },
            "contactPoint": {
                "name": "Yvonne O'Hara",
                "email": "procurement@parliament.scot",
                "telephone": "+44 1313486620",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.parliament.scot"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Parliamentary Corporate Body",
        "id": "org-2"
    },
    "tender": {
        "id": "NIC-SER-386",
        "title": "Building Maintenance Services",
        "description": "The Scottish Parliamentary Corporate Body (SPCB) requires a contractor to provide planned and reactive building maintenance and asset management of building services. This includes, but is not limited to: mechanical, electrical, floor fabric finishes, windows, doors, perimeter security installations, drainage installations, statutory compliance inspection and testing, supporting other contractor's building access requirements, environmental, energy and water management, and the management, design and delivery of related minor works and projects. The contract may, over its duration, include lifts, fire alarms, security systems, building environmental management system and digital meeting rooms' maintenance. Separate contractors deal with planned and reactive services for high level fabric maintenance and cleaning, and low level cleaning.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50700000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50711000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50712000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scottish Parliament Building, Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/scottishparliament/aspx/home",
        "tenderPeriod": {
            "endDate": "2017-05-31T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR280596",
                "documentType": "contractNotice",
                "title": "Building Maintenance Services",
                "description": "The Scottish Parliamentary Corporate Body (SPCB) requires a contractor to provide planned and reactive building maintenance and asset management of building services. This includes, but is not limited to: mechanical, electrical, floor fabric finishes, windows, doors, perimeter security installations, drainage installations, statutory compliance inspection and testing, supporting other contractor's building access requirements, environmental, energy and water management, and the management, design and delivery of related minor works and projects. The contract may, over its duration, include lifts, fire alarms, security systems, building environmental management system and digital meeting rooms' maintenance. Separate contractors deal with planned and reactive services for high level fabric maintenance and cleaning, and low level cleaning.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR280596",
                "format": "text/html"
            },
            {
                "id": "APR280596-2",
                "title": "SPCB Building Maintenance - NIC-SER-386 ESPD (Scotland).",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR280596&idx=2",
                "datePublished": "2017-04-21T11:06:05Z",
                "dateModified": "2017-04-21T13:59:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR280596-3",
                "title": "SPCB Building Maintenance - NIC-SER-386 ESPD (Scotland).",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR280596&idx=3",
                "datePublished": "2017-04-21T13:59:47Z",
                "dateModified": "2017-04-21T13:59:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Parliamentary Corporate Body (SPCB) requires a contractor to provide planned and reactive building maintenance and asset management of building services. The Scottish Parliament is an iconic and complex building, which requires to be well maintained. Specific elements of work include: Maintenance/repair/replacement of: fixed mechanical and electrical assets, building services including: air conditioning, heating and chilling systems, control systems, lighting systems including emergency lighting, lightning protection systems, smoke and natural ventilation systems and fittings, windows, internal and external doors, including all revolving, sliding, pivoting and roller shutter doors, internal floor finishes; to include timber, stone, tiles and concrete, broken glazing. Public health engineering services including L8 compliance. Water treatment including operation and maintenance of ponds. PAT testing, fixed wire testing, attendance, preparation and reinstatement works associated with inspections by third party works including statutory inspections. Emergency 24 hours, 365 days call out cover. Minor works, and related project Work. Energy monitoring and management including investigating and managing alarm logs and analysis of building energy management data. Maintaining the Asset register and computerised facilities management (CAFM) records for all Key subcontractor or supply chain works. The contract may, over its duration, include lifts, fire alarms, security systems, building environmental management system and digital meeting rooms' maintenance. Separate contractors deal with planned and reactive services for high level fabric maintenance and cleaning, and low level cleaning. Lots are not applicable to this contract as due to the nature of the work and operational business needs, work priorities can often change at short notice and therefore having one contractor offers the flexibility to reprioritise resources to avoid downtime and maintain overall responsibility of meeting the maintenance programme.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulation 2015.",
                "status": "active",
                "value": {
                    "amount": 15785000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1890
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extend this contract by up to 36 months, at the sole discretion of SPCB."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "performanceTerms": "In order to ensure the highest standards of service quality in this contract the SPCB requires the Contractor to take a positive approach to fair work practices as part of the fair and equitable employment and reward package that includes the payment of a living wage to any staff working at the SPCB site. The contract will be subject to a performance management system with KPI's linked to a risk/reward mechanism. Business Continuity Plans will be agreed and in place, reviewed and tested annually. A Community Benefits plan will be agreed and in place, reviewed and reported on monthly and annually. An Environmental Performance Improvement Plan will be agreed and in place, reviewed and reported on annually. Other performance conditions are documented in the Draft Service Information which is subject to review prior to issuing tender documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-07-17T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Bidders should indicate the required registration and relevant body in which they are established. 4A.1.1 Bidders are required to indicate if relevant documentation is available electronically."
                },
                {
                    "type": "economic",
                    "description": "The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of bidders. Bidders 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 bidder 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 bidder 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. Bidders should have a Creditsafe credit rating of 30 or higher to demonstrate satisfactory financial standing. If a bidder 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 bidder may be rejected.",
                    "minimum": "With reference to ESPD (Scotland) Questions: 4B.5.1 and 4B.5.2 - it is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: 4.5.1 Employers (Compulsory) liability Insurance = 5 million GBP 4.5.2 Public Liability Insurance = 10 million GBP Works & Materials Insurance = 5 million GBP Hired in Plant Insurance = 750 thousand GBP Products liability Insurance = 10 million GBP Professional Indemnity Insurance = 1 million GBP"
                },
                {
                    "type": "technical",
                    "description": "Please refer to these statements when completing section 4C and 4D of the ESPD (Scotland) 4C.1.2 Bidders should demonstrate relevant experience from the last 3 years of delivering the services listed in II.2.4 Description of the Procurement above. When demonstrating experience of the services, examples can be drawn from a number of contracts, and if the service would be sub-contracted, bidders can provide examples from sub-contractors they propose to use for this contract. In the description, your response must clearly identify the name of the organisation that provided each service. A simple assertion will not be acceptable evidence; bidders should provide detailed evidence to demonstrate the breadth of their experience. 4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management tracking systems used by them, including key subcontractors, to deliver the types of requirements detailed in II.2.4 in this contract notice. 4C.6 Bidders must demonstrate that their organisation and/or the service provider, have the following relevant education and professional qualifications: Gas Safe Registered and FGAS Registered. 4C.6.1 Bidders should demonstrate that their managerial staff have the following relevant educational and professional qualifications: Electrical HV-AP15, Electrical LV-NVQ3, Water Management-NVQ3. These qualifications must be part of the role of managerial staff NOT a key subcontractor. 4C.7 Bidders should provide details of the environmental management measures that they have employed in similar contracts which meet the following requirements: Environment BS EN ISO 14001 or equivalent. These will include but are not limited to: Carbon reduction measures, Utilities usage reduction measures, Waste reduction measures, recycling of materials measures. 4D.1 - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). Additionally, bidders must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent)or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) 4D.2 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.",
                    "minimum": "Quality Management Standard - including certification to BS EN ISO 9001 (or equivalent) standards. Health & Safety Management - including certification to BS OHSAS 18001 (or equivalent) standards. Environmental Management - including certification to BS EN ISO 14001 (or equivalent)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "50710000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "5 - 8 years depending on contract extensions being taken."
        },
        "amendments": [
            {
                "id": "amd-2",
                "description": "Additional information (2) relating to questions C4.1.2 and C4.4 of the ESPD. Section II.2.9 - Information about the limits on the number of candidates to be invited. Please delete the last paragraph of section II.2.9 of this Contract Notice and replace with: The responses to the remaining questions of Section III.1.3 of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland) Part IV Question 4C.1.2 (i) 20%, 4C.1.2 (ii) 10%, 4C.1.2 (iii) 10%, 4C.1.2 (iv) 10%, 4C.4 (25%) 4C.7 (25%). Section III.1.3 - Technical and professional ability selection criteria Please note that we have amended the selection criteria, guidance and weighting allocation in relation to ESPD (Scotland) questions noted below. Please delete the question and guidance provided in Section III.1.3 which relates to Q4C.1.2 and Q4C.4 and replace with the following information. Question 4C.1.2 of the ESPD Bidders should demonstrate the breadth of their experience of delivering the following services: (i) Emergency lighting incorporating public areas; air conditioning and chillers; and doors including security, fire, acoustic and revolving and roller shutters; (ii) Energy monitoring and management including investigating and managing alarm logs and analysis of building energy management data; (iii) Asset management and maintenance of lifts; (iv) Compliance with water quality management, L8 including water treatment; and the operation and maintenance of pools, fountains, ponds or equivalent. Please provide no more than 2 examples from the last 3 years. When demonstrating experience of the services, examples can be drawn from a number of contracts, if the service would be sub-contracted, bidders can provide examples from sub-contractors they propose to use for this contract. Bidders must clearly identify the name of the organisation that provided each service, a description of where the service was delivered and all elements associated with managing the service. The weighting to be applied will be 20% for 4C1.2 (i), 10% for 4C1.2 (ii) 10% for 4C1.2 b (iii) and 10% for 4C1.2 b (iv) Question 4C.4 of the ESPD Bidders will be required to confirm that they and their Key subcontractors have supply chain management systems and processes demonstrating how materials are sourced and what processes are followed for the selection, auditing and management of subcontractors. The weighting for 4C.4 remains the same.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The responses to the remaining questions of Section III.1.3 of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland) PartIV Question 4C.1.2 (50%), 4C.4 (25%) 4C.7(25%)."
                        },
                        "newValue": {
                            "text": "The responses to the remaining questions of Section III.1.3 of the Contract Notice will be weighted in the following way: Please see ESPD (Scotland) Part IV Question 4C.1.2 (i) 20%, 4C.1.2 (ii) 10%, 4C.1.2 (iii) 10%, 4C.1.2 (iv) 10%, 4C.4 (25%) 4C.7 (25%)."
                        },
                        "where": {
                            "section": "II.2.9"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "4C.1.2 Bidders should demonstrate relevant experience from the last 3 years of delivering the services listed in II.2.4 Description of the Procurement above. When demonstrating experience of the services, examples can be drawn from a number of contracts, and if the service would be sub-contracted, bidders can provide examples from sub-contractors they propose to use for this contract. In the description, your response must clearly identify the name of the organisation that provided each service. A simple assertion will not be acceptable evidence; bidders should provide detailed evidence to demonstrate the breadth of their experience. 4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management tracking systems used by them, including key subcontractors, to deliver the types of requirements detailed in II.2.4 in this contract notice."
                        },
                        "where": {
                            "section": "III.1.3"
                        }
                    },
                    {
                        "newValue": {
                            "text": "Question 4C.1.2 of the ESPD Bidders should demonstrate the breadth of their experience of delivering the following services: (i) Emergency lighting incorporating public areas; air conditioning and chillers; and doors including security, fire, acoustic and revolving and roller shutters; (ii) Energy monitoring and management including investigating and managing alarm logs and analysis of building energy management data; (iii) Asset management and maintenance of lifts; (iv) Compliance with water quality management, L8 including water treatment; and the operation and maintenance of pools, fountains, ponds or equivalent. Please provide no more than 2 examples from the last 3 years. When demonstrating experience of the services, examples can be drawn from a number of contracts, if the service would be sub-contracted, bidders can provide examples from sub-contractors they propose to use for this contract. Bidders must clearly identify the name of the organisation that provided each service, a description of where the service was delivered and all elements associated with managing the service. The weighting to be applied will be 20% for 4C1.2 (i), 10% for 4C1.2 (ii) 10% for 4C1.2 b (iii) and 10% for 4C1.2 b (iv) Question 4C.4 of the ESPD Bidders will be required to confirm that they and their Key subcontractors have supply chain management systems and processes demonstrating how materials are sourced and what processes are followed for the selection, auditing and management of subcontractors. The weighting for 4C.4 remains the same."
                        },
                        "where": {
                            "section": "VI.3"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "The Form of Contract to be used will be the NEC3 Term Service Contract with relevant X & Z clauses. The Contractor will comply in full with the security procedures implemented by the Employer at the Affected Property. All Contractor Personnel will be required to achieve the necessary security clearance. All information is detailed in the Service Information. Where the bidder relies upon the capacity of a specific Key Sub-contractor to meet the minimum requirements stated in the Contract Notice, the Key Sub contractors will be requested to complete an ESPD (Scotland) as part of the tender stage. This is a business critical contract, therefore robust and tested Contractor Business Continuity Plans and Disaster Recovery Plans will be essential and requested as part of the tender stage. The SPCB does not commit to letting a contract for all or any part of the requirement listed should it become evident that it is not economically viable to do so. The SPCB will not be liable for any costs incurred by those expressing an interest or tendering for this contract. Any contract awarded shall be governed and construed in accordance with the laws of Scotland and both parties submit to the jurisdiction of the Scottish Courts. The SPCB uses the In-tend eProcurement system for managing its tender processes, NOT PCS-Tender. Guidance on its use is available in the eProcurement system but additional help can be obtained by calling SPCB Procurement on 0131 348 6620. Although the ESPD document is attached to this contract notice, as required by this system, you must obtain the draft Service Information for this contract from the SPCB eProcurement system. Bidders should go to the \"current tenders\" tab on the eProurement website https://in-tendhost.co.uk/scottishparliament/aspx/Home to obtain the Draft Service Information. All correspondence and the submission of bids must also be returned through the SPCB eProcurement system. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Subcontractors who will provide services will be planned and selected prior to contract commencement. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: A Community Benefits plan will be agreed and put in place. The successful Contractor will be responsible for providing community benefits as part of the service delivery, reporting monthly as part of performance monitoring and annually as part of the contract annual review. (SC Ref:489652) Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=489652",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000489652"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000489652"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}