Award

Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

14 Dec 2020 at 00:00

Tender

20 Jul 2020 at 00:00

Summary of the contracting process

The Scottish Police Authority is seeking a contractor for the "Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items." This procurement falls under the services industry category and is located in Glasgow. Currently in the Award stage, the contract was signed on 11 December 2020, with a total contract value of £27,129,920. The procurement method utilised is an open procedure, and bidders were to submit their proposals by the deadline on 27 August 2020.

This tender presents significant opportunities for businesses specialising in vehicle recovery services, logistics, and fleet management to expand their operations. Companies that can showcase capabilities in rapid response and professional service delivery, particularly those equipped to handle recovery operations promptly within specified timeframes, are well-suited to compete. Additionally, businesses focusing on community benefits such as targeted recruitment and training may enhance their proposals, aligning with the objectives of the Scottish Police Authority and driving further engagement and social impact in the sector.

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

Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items

Notice Description

The service required to be undertaken by the Contractor is to ensure that vehicle recovery, storage and disposal is undertaken with speed, dignity, sensitivity and professionalism. The Contractor will provide a 24-hour, 365 days a year (366 in a leap year) 'one call' message switching system and subsequent recovery service. The Contractor will be responsible for providing suitable resources to achieve a fast, efficient recovery from the scene. Police Scotland will pass to the Contractor's Call-Handler the essential details of any incident with location, vehicle(s) involved (including owner details) and the reason for the recovery. The Contractor will provide sufficient Recovery Operators to be able to attend the scene of a recovery anywhere in the Force area normally within 30 minutes in respect of light vehicle recovery and one hour for heavy vehicle recoveries of being notified unless there are exceptional circumstances causing a delay, e.g. severe weather conditions or geographical area. The Contractor shall ensure the appointed Recovery Operators carry out the requirements of the Scheme with due diligence and in a professional and workmanlike manner, carry out recovery and parking, using materials and workmanship which comply with the Contract Standard conditions of approval regulating the Scheme or as subsequently amended by the Police and in accordance with all statutory provisions, including all appropriate Acts of Parliament and Statutory Regulations. An undertaking is required that all vehicles recovered under the terms of the Contract will be contained in a secure compound or storage building at all times unless vehicles are required for examination in which case they will be required to be secured under cover.

Lot Information

Lot 1

Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items

Renewal: 12 month optional extension

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000625304
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402249
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

50 - Repair and maintenance services


CPV Codes

50118110 - Vehicle towing-away services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£27,129,920 £10M-£100M

Notice Dates

Publication Date
14 Dec 20205 years ago
Submission Deadline
27 Aug 2020Expired
Future Notice Date
Not specified
Award Date
11 Dec 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
July 2024

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Additional Buyers

CROWN OFFICE AND PROCURATOR FISCAL SERVICE

SCOTTISH COURTS AND TRIBUNALS SERVICE

Contact Name
Not specified
Contact Email
enquiries@scotcourts.gov.uk, mhairi.drew@scotland.pnn.police.uk, procurement@scotcourts.gov.uk, procurementreturns@copfs.gov.uk, shona.gordon@scotland.pnn.police.uk
Contact Phone
+44 1314443300, +44 1786895000, +44 3000203000

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
Post Town
Glasgow
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
Sighthill/Gorgie
Westminster Constituency
Edinburgh South West

Supplier Information

Number of Suppliers
1
Supplier Name

FMG SUPPORT

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL390690
    Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items - The service required to be undertaken by the Contractor is to ensure that vehicle recovery, storage and disposal is undertaken with speed, dignity, sensitivity and professionalism. The Contractor will provide a 24-hour, 365 days a year (366 in a leap year) 'one call' message switching system and subsequent recovery service. The Contractor will be responsible for providing suitable resources to achieve a fast, efficient recovery from the scene. Police Scotland will pass to the Contractor's Call-Handler the essential details of any incident with location, vehicle(s) involved (including owner details) and the reason for the recovery. The Contractor will provide sufficient Recovery Operators to be able to attend the scene of a recovery anywhere in the Force area normally within 30 minutes in respect of light vehicle recovery and one hour for heavy vehicle recoveries of being notified unless there are exceptional circumstances causing a delay, e.g. severe weather conditions or geographical area. The Contractor shall ensure the appointed Recovery Operators carry out the requirements of the Scheme with due diligence and in a professional and workmanlike manner, carry out recovery and parking, using materials and workmanship which comply with the Contract Standard conditions of approval regulating the Scheme or as subsequently amended by the Police and in accordance with all statutory provisions, including all appropriate Acts of Parliament and Statutory Regulations. An undertaking is required that all vehicles recovered under the terms of the Contract will be contained in a secure compound or storage building at all times unless vehicles are required for examination in which case they will be required to be secured under cover.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402249
    Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items - The service required to be undertaken by the Contractor is to ensure that vehicle recovery, storage and disposal is undertaken with speed, dignity, sensitivity and professionalism. The Contractor will provide a 24-hour, 365 days a year (366 in a leap year) 'one call' message switching system and subsequent recovery service. The Contractor will be responsible for providing suitable resources to achieve a fast, efficient recovery from the scene. Police Scotland will pass to the Contractor's Call-Handler the essential details of any incident with location, vehicle(s) involved (including owner details) and the reason for the recovery. The Contractor will provide sufficient Recovery Operators to be able to attend the scene of a recovery anywhere in the Force area normally within 30 minutes in respect of light vehicle recovery and one hour for heavy vehicle recoveries of being notified unless there are exceptional circumstances causing a delay, e.g. severe weather conditions or geographical area. The Contractor shall ensure the appointed Recovery Operators carry out the requirements of the Scheme with due diligence and in a professional and workmanlike manner, carry out recovery and parking, using materials and workmanship which comply with the Contract Standard conditions of approval regulating the Scheme or as subsequently amended by the Police and in accordance with all statutory provisions, including all appropriate Acts of Parliament and Statutory Regulations. An undertaking is required that all vehicles recovered under the terms of the Contract will be contained in a secure compound or storage building at all times unless vehicles are required for examination in which case they will be required to be secured under cover.

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-r6ebe6-0000625304-2020-12-14T00:00:00Z",
    "date": "2020-12-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000625304",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-15",
            "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": "mhairi.drew@scotland.pnn.police.uk",
                "telephone": "+44 1786895000",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform(Scoltand).",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-36",
            "name": "Crown Office and Procurator Fiscal Service",
            "identifier": {
                "legalName": "Crown Office and Procurator Fiscal Service"
            },
            "address": {
                "streetAddress": "Crown Office, 25 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH1 1LA"
            },
            "contactPoint": {
                "email": "procurementreturns@copfs.gov.uk",
                "telephone": "+44 3000203000",
                "faxNumber": "+44 8445614069"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-28",
            "name": "Scottish Courts and Tribunals Service",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Service"
            },
            "address": {
                "streetAddress": "Saughton House, Broomhouse Drive",
                "locality": "Edinburgh",
                "postalCode": "EH11 3XD"
            },
            "contactPoint": {
                "email": "enquiries@scotcourts.gov.uk",
                "telephone": "+44 1314443300",
                "url": "https://www.scotcourts.gov.uk/"
            },
            "roles": [
                "reviewContactPoint",
                "buyer"
            ]
        },
        {
            "id": "org-16",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-208",
            "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": "shona.gordon@scotland.pnn.police.uk",
                "telephone": "+44 1786895000",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "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-209",
            "name": "Crown Office and Procurator Fiscal Service",
            "identifier": {
                "legalName": "Crown Office and Procurator Fiscal Service"
            },
            "address": {
                "streetAddress": "Crown Office, 25 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH1 1LA"
            },
            "contactPoint": {
                "email": "procurementreturns@copfs.gov.uk",
                "telephone": "+44 3000203000",
                "faxNumber": "+44 8445614069"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-210",
            "name": "Scottish Courts and Tribunals Service",
            "identifier": {
                "legalName": "Scottish Courts and Tribunals Service"
            },
            "address": {
                "streetAddress": "Saughton House, Broomhouse Drive",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH11 3XD"
            },
            "contactPoint": {
                "email": "procurement@scotcourts.gov.uk",
                "telephone": "+44 1314443300",
                "faxNumber": "+44 1314432610"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-211",
            "name": "FMG Support",
            "identifier": {
                "legalName": "FMG Support"
            },
            "address": {
                "streetAddress": "Broad Lea House, Dyson Wood Way, Bradley Business Park, Bradley",
                "locality": "Huddersfield",
                "region": "UK",
                "postalCode": "HD2 1GZ"
            },
            "contactPoint": {
                "telephone": "+44 3442438643"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-116",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-208"
    },
    "tender": {
        "id": "Proc-20-0492",
        "title": "Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items",
        "description": "The service required to be undertaken by the Contractor is to ensure that vehicle recovery, storage and disposal is undertaken with speed, dignity, sensitivity and professionalism. The Contractor will provide a 24-hour, 365 days a year (366 in a leap year) 'one call' message switching system and subsequent recovery service. The Contractor will be responsible for providing suitable resources to achieve a fast, efficient recovery from the scene. Police Scotland will pass to the Contractor's Call-Handler the essential details of any incident with location, vehicle(s) involved (including owner details) and the reason for the recovery. The Contractor will provide sufficient Recovery Operators to be able to attend the scene of a recovery anywhere in the Force area normally within 30 minutes in respect of light vehicle recovery and one hour for heavy vehicle recoveries of being notified unless there are exceptional circumstances causing a delay, e.g. severe weather conditions or geographical area. The Contractor shall ensure the appointed Recovery Operators carry out the requirements of the Scheme with due diligence and in a professional and workmanlike manner, carry out recovery and parking, using materials and workmanship which comply with the Contract Standard conditions of approval regulating the Scheme or as subsequently amended by the Police and in accordance with all statutory provisions, including all appropriate Acts of Parliament and Statutory Regulations. An undertaking is required that all vehicles recovered under the terms of the Contract will be contained in a secure compound or storage building at all times unless vehicles are required for examination in which case they will be required to be secured under cover.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50118110",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "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": "2020-08-27T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-08-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL390690",
                "documentType": "contractNotice",
                "title": "Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items",
                "description": "The service required to be undertaken by the Contractor is to ensure that vehicle recovery, storage and disposal is undertaken with speed, dignity, sensitivity and professionalism. The Contractor will provide a 24-hour, 365 days a year (366 in a leap year) 'one call' message switching system and subsequent recovery service. The Contractor will be responsible for providing suitable resources to achieve a fast, efficient recovery from the scene. Police Scotland will pass to the Contractor's Call-Handler the essential details of any incident with location, vehicle(s) involved (including owner details) and the reason for the recovery. The Contractor will provide sufficient Recovery Operators to be able to attend the scene of a recovery anywhere in the Force area normally within 30 minutes in respect of light vehicle recovery and one hour for heavy vehicle recoveries of being notified unless there are exceptional circumstances causing a delay, e.g. severe weather conditions or geographical area. The Contractor shall ensure the appointed Recovery Operators carry out the requirements of the Scheme with due diligence and in a professional and workmanlike manner, carry out recovery and parking, using materials and workmanship which comply with the Contract Standard conditions of approval regulating the Scheme or as subsequently amended by the Police and in accordance with all statutory provisions, including all appropriate Acts of Parliament and Statutory Regulations. An undertaking is required that all vehicles recovered under the terms of the Contract will be contained in a secure compound or storage building at all times unless vehicles are required for examination in which case they will be required to be secured under cover.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL390690",
                "format": "text/html"
            },
            {
                "id": "DEC402249",
                "documentType": "awardNotice",
                "title": "Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items",
                "description": "The service required to be undertaken by the Contractor is to ensure that vehicle recovery, storage and disposal is undertaken with speed, dignity, sensitivity and professionalism. The Contractor will provide a 24-hour, 365 days a year (366 in a leap year) 'one call' message switching system and subsequent recovery service. The Contractor will be responsible for providing suitable resources to achieve a fast, efficient recovery from the scene. Police Scotland will pass to the Contractor's Call-Handler the essential details of any incident with location, vehicle(s) involved (including owner details) and the reason for the recovery. The Contractor will provide sufficient Recovery Operators to be able to attend the scene of a recovery anywhere in the Force area normally within 30 minutes in respect of light vehicle recovery and one hour for heavy vehicle recoveries of being notified unless there are exceptional circumstances causing a delay, e.g. severe weather conditions or geographical area. The Contractor shall ensure the appointed Recovery Operators carry out the requirements of the Scheme with due diligence and in a professional and workmanlike manner, carry out recovery and parking, using materials and workmanship which comply with the Contract Standard conditions of approval regulating the Scheme or as subsequently amended by the Police and in accordance with all statutory provisions, including all appropriate Acts of Parliament and Statutory Regulations. An undertaking is required that all vehicles recovered under the terms of the Contract will be contained in a secure compound or storage building at all times unless vehicles are required for examination in which case they will be required to be secured under cover.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402249",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Provision of a Managed Service for Recovery, Storage and Disposal of Vehicles and Other Items",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12 month optional extension"
                }
            }
        ],
        "bidOpening": {
            "date": "2020-08-27T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (45%) Contract Outcome 40% Continual Improvement/ Innovation 5% Cost - Category Weight (5%) Invoice Accuracy 5% Service - Category Weight (35%) Communication 20% Management Information 15% Sustainability - Category Weight (15%) Sustainability (Sustainable Processes) 10% Community Benefits 5% The above KPIs shall make up the Balanced Scorecard and will be used to score the Contractor's performance. The Contract Administrator and other relevant stakeholders shall score the Contractor against the expected results using the following scores. 4 - Exceeding Expectations (100) 3 - Meeting Expectations (75) 2 - Minor Concerns (50) 1 - Major Concerns (25) 0 - Not Performing (0)"
        },
        "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 SPA's 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 Authorisation/Membership 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."
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, 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. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. 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, 2 relevant examples are to be provided of the services undertaken by the Tenderer in the last 3 years. You must describe in sufficient detail the required experience in terms of the specific services, the number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured.",
                    "minimum": "ESPD Question 4C.12 Quality Control Requirements Tenderers may be required to provide the following for Quality Control requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested. OR Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested. Guidance The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "50118110",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "July 2024"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Vetting The tenderer's representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the services shall be vetted to Non Police Personnel Vetting Standards (NPPV) Level 1. It would be beneficial if tenderer's put forwards team that hold or have recently held NPPV Level 1. Economic Operators Applicable to OJEU Notices: 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) Regulations 2015. Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer's detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form. Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the ESPD. Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. The SPA reserves the right to modify the Contract to be entered into in respect of these Services. Clause 9 of the Terms and Conditions of Contract sets out the procedure for modification of its terms. The scope and nature of the possible modifications is as follows:- - additional requirements of the Scottish Courts and Tribunals Service (SCTS) and the Crown Office and Procurator Fiscal Services (COPFS) to be included within the scope of the Services being procured. (SC Ref:638941)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000625304"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000625304"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "Proc-20--492",
            "suppliers": [
                {
                    "id": "org-211",
                    "name": "FMG Support"
                }
            ],
            "relatedLots": [
                "1"
            ],
            "hasSubcontracting": true,
            "subcontracting": {
                "maximumPercentage": 1,
                "minimumPercentage": 1,
                "value": {
                    "amount": 27129920,
                    "currency": "GBP"
                }
            }
        }
    ],
    "contracts": [
        {
            "id": "Proc-20--492",
            "awardID": "Proc-20--492",
            "status": "active",
            "value": {
                "amount": 27129920,
                "currency": "GBP"
            },
            "dateSigned": "2020-12-11T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 141-348195"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "507",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "508",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "509",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "510",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "511",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}