Award

Electronic Monitoring of Individuals through the Criminal Justice or Children's Hearing Systems

SCOTTISH GOVERNMENT

This public procurement record has 2 releases in its history.

Award

19 Nov 2019 at 00:00

Tender

09 May 2019 at 00:00

Summary of the contracting process

The Scottish Government is overseeing a procurement process titled "Electronic Monitoring of Individuals through the Criminal Justice or Children’s Hearing Systems," which falls under the services industry category. The contract, with an estimated value of £40 million, is aimed at establishing a managed service contract for remote electronic monitoring, supporting both the Criminal and Youth Justice Systems in Scotland. The tender, currently in the Award stage, was officially signed on 6th November 2019, and the project's intended duration extends until 31st March 2025, with potential extensions. The delivery is focused in Scotland, and the procurement method used was an open procedure.

This tender presents significant opportunities for businesses specialising in electronic monitoring technology, telecommunications, and related service provision. Companies that provide advanced solutions such as satellite tracking, radio frequency technology, and software development for data management would be ideally suited to compete for this contract. In addition, firms capable of demonstrating community benefits within their proposals, particularly those focusing on social inclusion and support for vulnerable populations, may enhance their chances of success in this procurement process.

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

Electronic Monitoring of Individuals through the Criminal Justice or Children's Hearing Systems

Notice Description

Please note this is a contract award notice, not a new opportunity. Provision of a service for remote electronic monitoring of Individuals through the Criminal Justice or Children's Hearing Systems.

Lot Information

Lot 1

Please note this is a contract award notice and not a new opportunity. Electronic monitoring is a versatile and well-established feature of the criminal justice system in Scotland. First piloted in Scotland in 1998 and rolled-out nationally in 2002 electronic monitoring is used to monitor a number of different community disposals as well as being included as a licence condition on release from prison. The Scottish Ministers are seeking to establish a managed service contract for Electronic Monitoring to support the Criminal and Youth Justice Systems in Scotland. Electronic Monitoring, also called "tagging" allows justice personnel to quickly and easily confirm that a Monitored Person is at a specified location when they are required to be present or away from a location that they are not allowed to be present at. When a Monitored Person is placed in an electronic monitoring programme, a tamper resistant electronic device is attached to their person. The device transmits an electronic signal indicating whether the Monitored Person has had any unauthorised absences, attendance at restricted locations or has tampered with the device. The service provider will be responsible for the installation, maintenance and removal of all necessary equipment and for the monitoring of those placed in an electronic monitoring programme, which may cover: (1) radio frequency technology, which has been used in Scotland for a number of years, and under the Management of Offenders (Scotland) Act, (2) global positioning system monitoring technology and/or (3) alcohol monitoring technology. The service required is a complete service including responsibility for the provision of all remote monitoring service requirements including hardware, software, personnel, liaison with other agencies, including the participation in training and raising awareness of agencies and provision of statistical information, record keeping and development of systems.. Please note this is a contract award notice and not a new opportunity. 40m GBP is the estimated contract value. Given the variable nature of the contract, the overall spend may be less.

Renewal: Potential of further 2 x 12 month extensions. Retender thereafter.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000578536
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372610
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75231200 - Services related to the detention or rehabilitation of criminals

Notice Value(s)

Tender Value
£42,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£40,000,000 £10M-£100M

Notice Dates

Publication Date
19 Nov 20196 years ago
Submission Deadline
15 Jul 2019Expired
Future Notice Date
Not specified
Award Date
6 Nov 20196 years ago
Contract Period
28 Oct 2019 - 31 Mar 2025 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Bryan Dodds
Contact Email
bryan.dodds@gov.scot, william.maclean@gov.scot
Contact Phone
+44 1312446290

Buyer Location

Locality
EDINBURGH
Postcode
EH11 3XD
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
TLM Scotland

Local Authority
City of Edinburgh
Electoral Ward
Leith
Westminster Constituency
Edinburgh North and Leith

Supplier Information

Number of Suppliers
1
Supplier Name

G4S MONITORING TECHNOLOGIES

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-r6ebe6-0000578536-2019-11-19T00:00:00Z",
    "date": "2019-11-19T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000578536",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-17",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Saughton House, Broomhouse Drive",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH11 3XD"
            },
            "contactPoint": {
                "name": "Bryan Dodds",
                "email": "bryan.dodds@gov.scot",
                "telephone": "+44 1312446290",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.gov.scot/"
            }
        },
        {
            "id": "org-1",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "AREA 3A SOUTH, VICTORIA QUAY, THE SHORE",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH6 6QQ"
            },
            "contactPoint": {
                "email": "william.maclean@gov.scot",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-104",
            "name": "G4S Monitoring Technologies Ltd",
            "identifier": {
                "legalName": "G4S Monitoring Technologies Ltd"
            },
            "address": {
                "streetAddress": "3 Centurion Court, Meridian Business Park",
                "locality": "Leicester",
                "region": "UK",
                "postalCode": "LE191TP"
            },
            "contactPoint": {
                "telephone": "+44 7823883378"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-1"
    },
    "tender": {
        "id": "CASE/386546",
        "title": "Electronic Monitoring of Individuals through the Criminal Justice or Children's Hearing Systems",
        "description": "Please note this is a contract award notice, not a new opportunity. Provision of a service for remote electronic monitoring of Individuals through the Criminal Justice or Children's Hearing Systems.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "id": "75231200",
                        "scheme": "CPV"
                    }
                ]
            }
        ],
        "value": {
            "amount": 42000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2019-07-15T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-07-15T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY353889",
                "documentType": "contractNotice",
                "title": "Electronic Monitoring of Individuals through the Criminal Justice or Children's Hearing Systems",
                "description": "Provision of a service for remote electronic monitoring of Individuals through the Criminal Justice or Children's Hearing Systems.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY353889",
                "format": "text/html"
            },
            {
                "id": "NOV372610",
                "documentType": "awardNotice",
                "title": "Electronic Monitoring of Individuals through the Criminal Justice or Children's Hearing Systems",
                "description": "Please note this is a contract award notice, not a new opportunity. Provision of a service for remote electronic monitoring of Individuals through the Criminal Justice or Children's Hearing Systems.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372610",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Please note this is a contract award notice and not a new opportunity. Electronic monitoring is a versatile and well-established feature of the criminal justice system in Scotland. First piloted in Scotland in 1998 and rolled-out nationally in 2002 electronic monitoring is used to monitor a number of different community disposals as well as being included as a licence condition on release from prison. The Scottish Ministers are seeking to establish a managed service contract for Electronic Monitoring to support the Criminal and Youth Justice Systems in Scotland. Electronic Monitoring, also called \"tagging\" allows justice personnel to quickly and easily confirm that a Monitored Person is at a specified location when they are required to be present or away from a location that they are not allowed to be present at. When a Monitored Person is placed in an electronic monitoring programme, a tamper resistant electronic device is attached to their person. The device transmits an electronic signal indicating whether the Monitored Person has had any unauthorised absences, attendance at restricted locations or has tampered with the device. The service provider will be responsible for the installation, maintenance and removal of all necessary equipment and for the monitoring of those placed in an electronic monitoring programme, which may cover: (1) radio frequency technology, which has been used in Scotland for a number of years, and under the Management of Offenders (Scotland) Act, (2) global positioning system monitoring technology and/or (3) alcohol monitoring technology. The service required is a complete service including responsibility for the provision of all remote monitoring service requirements including hardware, software, personnel, liaison with other agencies, including the participation in training and raising awareness of agencies and provision of statistical information, record keeping and development of systems.. Please note this is a contract award notice and not a new opportunity. 40m GBP is the estimated contract value. Given the variable nature of the contract, the overall spend may be less.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Service Requirements",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2019-10-28T00:00:00Z",
                    "endDate": "2025-03-31T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Potential of further 2 x 12 month extensions. Retender thereafter."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-07-15T12:00:00Z",
            "address": {
                "streetAddress": "Edinburgh, Scotland"
            },
            "description": "Scottish Government Procurement Team"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Tenderers are required to provide a Community Benefits proposal as part of their tender response. Performance of the Community Benefits proposal will be a condition of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "There is no action required of Tenderers at this stage. We will make an initial PASS/FAIL assessment of Economic and Financial Standing of each Tenderer (and all consortia and/or reliance partners) using Dun & Bradstreet (D&B) indicators and following process: 1. The D&B 'Failure Score' - a score of between 51 and 100 will result in a PASS. If the Tenderer (or consortia or reliance partner) scores below 51, then we will proceed to look at; 2. The D&B 'Financial Strength - Risk Indicator' - a score between 86 and 100 will result in a PASS. If the score is less than 86 or no score is available we will; 3. Contact the Tenderer (or consortia or reliance partner)and will require audited financial accounts to be provided. These will be used to conduct an assessment of the risk of business failure. If this assessment identifies an unacceptable risk the Tenderer (or consortia or reliance partner) will fail this assessment. In the event that the Tenderer (or consortia or reliance partner) does not meet the Economic and Financial Standing criteria, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing that the guarantor does pass the EFS assessment) or a performance bond. There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. Details of the D&B \"A Guide to Dun & Bradstreet's Predictive Indicators\" - can be found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html",
                    "minimum": "1. The D&B 'Failure Score' - a score of between 51 and 100 will result in a PASS. If the Tenderer (or consortia or reliance partner) scores below 51, then we will proceed to look at; 2. The D&B 'Financial Strength - Risk Indicator' - a score between 86 and 100 will result in a PASS. If the score is less than 86 or no score is available we will; 3. Contact the Tenderer (or consortia or reliance partner)and will require audited financial accounts to be provided. These will be used to conduct an assessment of the risk of business failure. If this assessment identifies an unacceptable risk the Tenderer (or consortia or reliance partner) will fail this assessment. In the event that the Tenderer (or consortia or reliance partner) does not meet the Economic and Financial Standing criteria, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing that the guarantor does pass the EFS assessment) or a performance bond. There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. Details of the D&B \"A Guide to Dun & Bradstreet's Predictive Indicators\" - can be found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html"
                },
                {
                    "type": "technical",
                    "description": "The tenderer will be required to provide assurance that they meet the minimum standards at tender stage. Following evaluation - at Preferred Bidder stage - the Preferred Bidder will be required to provide evidence in the form of documentation, certificates, samples and demonstrations/site visits to demonstrate compliance with the minimum standards and requirements, before a contract will be awarded.",
                    "minimum": "The Monitoring System must be a secure, cloud based system, capable of being accessed via at least 2 modern web-browsers, including in mobile friendly format. In addition it must be able to be available through mobile application, supporting at least 2 of the following: iOS, Android, Windows for Mobile and Blackberry OS. Radio Frequency and Communications Planning Unit; Department of Trade and Industry standards for low power telemetry equipment; European standard ETSI EN 300 220-1 V2.3.1 (2010-12), ETSI EN 301 489-1 V1.9.2 (2011) and ETSI 301 489 V1.4.1 (2002-8); National Radiological Protection Board; BABT standards; European standard EN 50371:2002 (Generic standard to demonstrate the compliance of low power electronic and electrical apparatus with the basic restrictions related to human exposure to electromagnetic fields (10 MHz-300GHz)); EN60204 Pt 1 general safety requirements or equivalent; and Health and Safety legislation. Equipment must be CE marked and comply with all applicable directives including, but not limited to, the Low Voltage Directive (2006/95/EC). Employees must be security checked to (Basic) level one under Part V of the Police Act 1997. IT security measures must comply with the UK HMG specifications for Cyber Essentials Plus; UK HMG Information Security policies, guidelines and standards, including those produced by the National Cyber Security Centre; UK HMG Security Policy Framework. There is a requirement to deliver, maintain and adhere to all documentation needed to meet confidentiality, integrity and availability requirements and the BS7799/ISO27001 accreditation processes. Business Continuity & Disaster Recovery Plan (BCDR), must comply with the relevant provisions of ISO/IEC 27002, ISO/IEC 22301 and all other industry standards from time to time in force. ISO/IEC 9001:2015 or equivalent Quality Assurance standards ISO/IEC 14001:2015 or equivalent Environmental Management standards"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "75231200",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Please note this is a contract award notice, not a new opportunity. 40m GBP is the estimated contract value. Given the variable nature of the contract, the overall spend may be less. (SC Ref:604519)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000578536"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000578536"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "386546",
            "suppliers": [
                {
                    "id": "org-104",
                    "name": "G4S Monitoring Technologies Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "386546",
            "awardID": "386546",
            "status": "active",
            "value": {
                "amount": 40000000,
                "currency": "GBP"
            },
            "dateSigned": "2019-11-06T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 091-219527"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "104",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "105",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "106",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "107",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "108",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}