Award

PROC 474 - Provision of Secure Offsite Storage and Management of Records (Single Supplier Framework)

SCOTTISH POLICE AUTHORITY

This public procurement record has 3 releases in its history.

Award

01 Sep 2020 at 00:00

TenderUpdate

18 Nov 2019 at 00:00

Tender

18 Oct 2019 at 00:00

Summary of the contracting process

The Scottish Police Authority is seeking to award a contract titled "PROC 474 - Provision of Secure Offsite Storage and Management of Records," with the procurement process currently in the Award stage. This service falls under the 'Public order and safety' industry category and aims to establish a Single Supplier Framework for the secure management of records. The Framework starts on 1st September 2020 and will last for three years, with an option for a one-year extension. The total estimated value of the contract is £995,000. The delivery location for this service is Police Scotland, Dalmarnock, Glasgow.

This procurement presents significant opportunities for businesses specialising in secure document storage, retrieval, and management services. Companies with capabilities in indexing, intellectual control, and safe disposal of records will be particularly well-suited to compete. With a structured framework in place, this contract facilitates entry for both small and large enterprises keen to develop their portfolio in the public sector, while also aligning with community benefit initiatives that may enhance their service offerings.

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

PROC 474 - Provision of Secure Offsite Storage and Management of Records (Single Supplier Framework)

Notice Description

The Authority is seeking to create a Single Supplier Framework Agreement and appoint a Single Contractor to apply appropriate processes for the secure collection/retrieval of boxed records and the indexing, intellectual control, physical storage and disposal of the Authority's current records and for any new records that may occur throughout the lifetime of the Framework Period.

Lot Information

Lot 1

Open Tender OJEU

Renewal: Framework Duration: 3 Years (+1 year) The Authority shall renew this Framework in 3 years or 4 years if optional extension is activated.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000601593
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP393762
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

32353100 - Records

79996100 - Records management

Notice Value(s)

Tender Value
£980,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£995,000 £500K-£1M

Notice Dates

Publication Date
1 Sep 20205 years ago
Submission Deadline
22 Nov 2019Expired
Future Notice Date
Not specified
Award Date
1 Sep 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
3 years or 4 Years if Framework is extended

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
charlotte.reid@scotland.pnn.police.uk
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

RESTORE

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT369579
    PROC19/20-474 - Provision of Secure Offsite Storage and Management of Records - The Authority is seeking to create a Single Supplier Framework Agreement and appoint a Single Contractor to apply appropriate processes for the secure collection/retrieval of boxed records and the indexing, intellectual control, physical storage and disposal of the Authority's current records and for any new records that may occur throughout the lifetime of the Framework Period.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP393762
    PROC 474 - Provision of Secure Offsite Storage and Management of Records (Single Supplier Framework) - The Authority is seeking to create a Single Supplier Framework Agreement and appoint a Single Contractor to apply appropriate processes for the secure collection/retrieval of boxed records and the indexing, intellectual control, physical storage and disposal of the Authority's current records and for any new records that may occur throughout the lifetime of the Framework Period.

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-r6ebe6-0000601593-2020-09-01T00:00:00Z",
    "date": "2020-09-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000601593",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-29",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "Charlotte.Reid@scotland.pnn.police.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-13",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "Charlotte.Reid@scotland.pnn.police.uk",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-422",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "Charlotte.Reid@scotland.pnn.police.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-423",
            "name": "Restore PLC",
            "identifier": {
                "legalName": "Restore PLC"
            },
            "address": {
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "eh54 8sa"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-79",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "PO Box 23, I Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-422"
    },
    "tender": {
        "id": "PROC 474",
        "title": "PROC 474 - Provision of Secure Offsite Storage and Management of Records (Single Supplier Framework)",
        "description": "The Authority is seeking to create a Single Supplier Framework Agreement and appoint a Single Contractor to apply appropriate processes for the secure collection/retrieval of boxed records and the indexing, intellectual control, physical storage and disposal of the Authority's current records and for any new records that may occur throughout the lifetime of the Framework Period.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "32353100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79996100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 980000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-11-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-11-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT369579",
                "documentType": "contractNotice",
                "title": "PROC19/20-474 - Provision of Secure Offsite Storage and Management of Records",
                "description": "The Authority is seeking to create a Single Supplier Framework Agreement and appoint a Single Contractor to apply appropriate processes for the secure collection/retrieval of boxed records and the indexing, intellectual control, physical storage and disposal of the Authority's current records and for any new records that may occur throughout the lifetime of the Framework Period.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT369579",
                "format": "text/html"
            },
            {
                "id": "SEP393762",
                "documentType": "awardNotice",
                "title": "PROC 474 - Provision of Secure Offsite Storage and Management of Records (Single Supplier Framework)",
                "description": "The Authority is seeking to create a Single Supplier Framework Agreement and appoint a Single Contractor to apply appropriate processes for the secure collection/retrieval of boxed records and the indexing, intellectual control, physical storage and disposal of the Authority's current records and for any new records that may occur throughout the lifetime of the Framework Period.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP393762",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Open Tender OJEU",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Framework Duration: 3 Years (+1 year) The Authority shall renew this Framework in 3 years or 4 years if optional extension is activated."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-11-22T12:00:00Z",
            "address": {
                "streetAddress": "via Public Contract Scotland Tender Police Scotland, 2 French Street, Dalmarnock, G40 4EH"
            },
            "description": "via Public Contract Scotland Tender Police Scotland, 2 French Street, Dalmarnock, G40 4EH"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "During the period of the Framework Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (30.00%) Fit for Purpose Products/Services: Sub-Weighting - 50% Contract Outcome: Sub-Weighting - 50% Service - Category Weight (40.00%) Complaints: Sub-Weighting - 15% Communication: Sub-Weighting - 30% Management Information: Sub-Weighting - 25% Accuracy: Sub-Weighting - 30% Cost - Category Weight (20.00%) Invoice Accuracy: Sub-Weighting - 50% Cost Reduction Initiatives: Sub-Weighting - 50% Sustainability - Category Weight (10%) Sustainable Processes: Sub-Weighting - 50% Community Benefits: Sub-Weighting - 50%"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question, If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. ESPD Question 4A.2 Accreditation It is a requirement of this tenderer that Tenderers must have ISO 27001- Information Management. Tenderers are required to confirm this and demonstrate this as part of their bid."
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this Framework that Tenderers hold, or can commit or obtain prior to the commence of any subsequently awarded Framework, indicated below: ESPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. ESPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the ESPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful."
                },
                {
                    "type": "technical",
                    "description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the Tenderer in the last 3 years and must be similar value to the contract being procured. Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the \"Provision of Secure Offsite Storage and Management of Records\" Two (2) examples of the provision of similar goods/services may be requested and must be from within the last 3 years for goods and services. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2020-04-15T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "79996100",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "3 years or 4 Years if Framework is extended"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-14",
                "description": "Due to the large number of clarification questions submitted prior to the Q&A deadline of 12 noon, Friday 15th November, the Authority has made the decision to extend the tender by 1 week in order to respond to the questions and provide bidders time to review the responses which may have an impact on their bid. The tender shall be extended from 12 noon, Friday 22nd November to 12 noon, Friday 29th November 2019. Please note that any clarification messages that were submitted after the Q&A deadline will not be responded to.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2019-11-22T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-11-29T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-04-15T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-05-27T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-11-22T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-11-29T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "The Framework start date shall be the 1st September 2020 and shall be for a period of three (3) years with the option to extend the Framework for a further one (1) period of up to twelve (12) months in duration at the sole discretion of the Scottish Police Authority. The total estimate value over the duration of the Framework (including the optional extension period) is 995,000 GBP exclusive of VAT. There is no guarantee that the Scottish Police Authority will spend the indicative value stated above and shall not accept or pay for any services other than those actually ordered. The total Framework value will not exceed 995,000 GBP. (SC Ref:629390)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000601593"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000601593"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000601593"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC 474",
            "suppliers": [
                {
                    "id": "org-423",
                    "name": "Restore PLC"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC 474",
            "awardID": "PROC 474",
            "status": "active",
            "value": {
                "amount": 995000,
                "currency": "GBP"
            },
            "dateSigned": "2020-09-01T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 204-497145"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "728",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "729",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "730",
                "measure": "foreignBidsFromEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "731",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "732",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}