Notice Information
Notice Title
Mail Screening Services
Notice Description
The Scottish Parliament in collaboration with the Scottish Government requires a Contractor to provide Mail Screening Services at PAS97:2021 Level 2, throughout a range of locations. The service is required to mitigate the risk of contaminated, hazardous or offensive mail items being sent through the postal system which could cause concern, disruption or harm to recipients.
Lot Information
Lot 1
The Scottish Parliamentary Corporate Body (SPCB) and the Scottish Government (SG) require the services of a contractor to provide mail screening service from the point where the contractor collects the mail items from the public mail carrier to end delivery of the screened mail to SPCB and SG designated sites. The contractor must screen the mail to Screening Level 2 as set out in PAS97:2021, also including external visual inspection of every mail items. The contractor will be required to screen for hazardous, dangerous and offensive items and to deliver the mail securely to the Scottish Parliament's and Scottish Government's designated locations. The services include: -collection and transportation of all mail items from the public mail carrier; - secure screening of mail at the Contractor's facility; - timely and secure delivery of all screened mail items to the SPCB and SG designated sites detailed in the tender documents. Full details of the service requirements are contained in the Specification.
Renewal: The contract duration is for two years with the possibility of 60 months extensions at the sole discretion of the SPCB and SG.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000653859
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435955
- 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
64 - Postal and telecommunications services
-
- CPV Codes
64112000 - Postal services related to letters
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,962,197 £1M-£10M
Notice Dates
- Publication Date
- 16 Dec 20214 years ago
- Submission Deadline
- 25 Jun 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Dec 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Approximately 12 months prior to the end of the Contract Term of any subsequently awarded contract.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH PARLIAMENTARY CORPORATE BODY
- Additional Buyers
- Contact Name
- Julie Gordon
- Contact Email
- julie.gordon@gov.scot, nadia.smith@parliament.scot, william.maclean@gov.scot
- Contact Phone
- +44 1412420133, +44 1412447172
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH99 1SP
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Sighthill/Gorgie
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY416033
Mail Screening Services - The Scottish Parliament in collaboration with the Scottish Government requires a Contractor to provide Mail Screening Services at PAS97:2021 Level 2, throughout a range of locations. The service is required to mitigate the risk of contaminated, hazardous or offensive mail items being sent through the postal system which could cause concern, disruption or harm to recipients. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435955
Mail Screening Services - The Scottish Parliament in collaboration with the Scottish Government requires a Contractor to provide Mail Screening Services at PAS97:2021 Level 2, throughout a range of locations. The service is required to mitigate the risk of contaminated, hazardous or offensive mail items being sent through the postal system which could cause concern, disruption or harm to recipients.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000653859-2021-12-16T00:00:00Z",
"date": "2021-12-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000653859",
"initiationType": "tender",
"parties": [
{
"id": "org-58",
"name": "Scottish Parliamentary Corporate Body",
"identifier": {
"legalName": "Scottish Parliamentary Corporate Body"
},
"address": {
"streetAddress": "The Scottish Parliament, Procurement Services",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH99 1SP"
},
"contactPoint": {
"email": "nadia.smith@parliament.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Devolved Parliament",
"scheme": "TED_CA_TYPE"
},
{
"id": "Legislative Body",
"scheme": "COFOG"
}
],
"url": "http://www.parliament.scot"
}
},
{
"id": "org-1",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "4 Atlantic Quay, 70 York St",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8EA"
},
"contactPoint": {
"email": "william.maclean@gov.scot",
"telephone": "+44 1412420133",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"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-59",
"name": "Edinburgh Sheriff Court House",
"identifier": {
"legalName": "Edinburgh Sheriff Court House"
},
"address": {
"streetAddress": "Sheriff Course House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"email": "procurement@parliament.scot",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-103",
"name": "Scottish Parliamentary Corporate Body",
"identifier": {
"legalName": "Scottish Parliamentary Corporate Body"
},
"address": {
"streetAddress": "The Scottish Parliament, Procurement Services",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH99 1SP"
},
"contactPoint": {
"email": "nadia.smith@parliament.scot",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Devolved Parliament",
"scheme": "TED_CA_TYPE"
},
{
"id": "Legislative Body",
"scheme": "COFOG"
}
],
"url": "http://www.parliament.scot"
}
},
{
"id": "org-66",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Saughton House, Broomhouse Drive",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH11 3XD"
},
"contactPoint": {
"name": "Julie Gordon",
"email": "julie.gordon@gov.scot",
"telephone": "+44 1412447172",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"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": "Royal Mail Group Ltd",
"identifier": {
"legalName": "Royal Mail Group Ltd"
},
"address": {
"streetAddress": "100 Victoria Embankment,",
"locality": "LONDON",
"region": "UK",
"postalCode": "EC4Y 0HQ"
},
"contactPoint": {
"telephone": "+44 0000000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-105",
"name": "Edinburgh Sheriff Court House",
"identifier": {
"legalName": "Edinburgh Sheriff Court House"
},
"address": {
"streetAddress": "Sheriff Course House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"email": "procurement@parliament.scot",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Parliamentary Corporate Body",
"id": "org-103"
},
"tender": {
"id": "NIC-SER-457",
"title": "Mail Screening Services",
"description": "The Scottish Parliament in collaboration with the Scottish Government requires a Contractor to provide Mail Screening Services at PAS97:2021 Level 2, throughout a range of locations. The service is required to mitigate the risk of contaminated, hazardous or offensive mail items being sent through the postal system which could cause concern, disruption or harm to recipients.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "64112000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Edinburgh, Glasgow, Kinlochleven, Aberdeen, Dundee, and London."
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-06-25T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-06-25T12:00:00Z"
},
"documents": [
{
"id": "MAY416033",
"documentType": "contractNotice",
"title": "Mail Screening Services",
"description": "The Scottish Parliament in collaboration with the Scottish Government requires a Contractor to provide Mail Screening Services at PAS97:2021 Level 2, throughout a range of locations. The service is required to mitigate the risk of contaminated, hazardous or offensive mail items being sent through the postal system which could cause concern, disruption or harm to recipients.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY416033",
"format": "text/html"
},
{
"id": "DEC435955",
"documentType": "awardNotice",
"title": "Mail Screening Services",
"description": "The Scottish Parliament in collaboration with the Scottish Government requires a Contractor to provide Mail Screening Services at PAS97:2021 Level 2, throughout a range of locations. The service is required to mitigate the risk of contaminated, hazardous or offensive mail items being sent through the postal system which could cause concern, disruption or harm to recipients.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435955",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Scottish Parliamentary Corporate Body (SPCB) and the Scottish Government (SG) require the services of a contractor to provide mail screening service from the point where the contractor collects the mail items from the public mail carrier to end delivery of the screened mail to SPCB and SG designated sites. The contractor must screen the mail to Screening Level 2 as set out in PAS97:2021, also including external visual inspection of every mail items. The contractor will be required to screen for hazardous, dangerous and offensive items and to deliver the mail securely to the Scottish Parliament's and Scottish Government's designated locations. The services include: -collection and transportation of all mail items from the public mail carrier; - secure screening of mail at the Contractor's facility; - timely and secure delivery of all screened mail items to the SPCB and SG designated sites detailed in the tender documents. Full details of the service requirements are contained in the Specification.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "The contract duration is for two years with the possibility of 60 months extensions at the sole discretion of the SPCB and SG."
}
}
],
"bidOpening": {
"date": "2021-06-25T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "In order to ensure the highest standards of service quality in this contract the SPCB and SG require the contractor to take a positive approach to fair work practices. The contract will be subject to a performance management system with KPIs. Full details of all performance conditions are documented in the Specification document within the tender documentation."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Contractor is required to provide Mail Screening Services that are flexible and adaptable with changes to threat levels and fully meet the provisions and requirements of the Contract Conditions. PAS97:2021, which is a publicly available specification for Mail Screening and Compliance of the Mail Screening Services with the requirements of it is sponsored by the Centre for the Protection of National Infrastructure, CPNI, at Screening Level 2 which states: -X-ray all Mail Items in bulk/large batches initially. -The screening of the bulk/large batches must be undertaken in batches that are of a sufficiently small size to provide confidence that no threat is present. The larger the volume of mail x-rayed at once the harder it will be to find smaller threat objects. This is why the Mail Items should be screened in batches, appropriately sized as to provide clear images allowing unambiguous interpretation by the trained operator. -It is also important to ensure that the volume of material placed in the X-ray machine does not exceed the volume that the system can image, this particularly applies to cabinet x-ray machines. -X-ray again individually or in smaller batches if anything anomalous is observed."
},
{
"type": "economic",
"description": "The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports. If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed. If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out. Tenderers should have a Creditsafe credit rating of 30 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 30 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.",
"minimum": "It is a requirement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employers'(Compulsory) Liability Insurance of 5 million GBP Public Liability Insurance of 10 million GBP"
},
{
"type": "technical",
"description": "4C.1.2 - The tenderer will be required to provide one relevant example to demonstrate their experience and knowledge to deliver the services as described in the Specification. Your response should make reference to the screening level in line with PAS97:2021 Level 2 and describe all elements of the end to end mail screening services provided."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "64112000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Approximately 12 months prior to the end of the Contract Term of any subsequently awarded contract."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"crossBorderLaw": "The Scottish Government"
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-011299"
}
],
"description": "Please note that there are minimum requirements concerning Cyber Security for this contract to which a pass/fail marking will attach. Bidders will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool (CSPST). A link to CSPST can be found here: https://cyberassessment.gov.scot. The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the SPCB's assessment of cyber risk. For this contract, minimum requirements also include the holding of Cyber Essentials (or equivalent) Further details can be found in the Tender Invitation Letter. A contract condition for this procurement requires the bidder to comply with minimum security requirements. Insurance levels: Employers liability: 5m Public liability: 10m (SC Ref:677439)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000653859"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000653859"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NIC-SER-457",
"suppliers": [
{
"id": "org-104",
"name": "Royal Mail Group Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NIC-SER-457",
"awardID": "NIC-SER-457",
"status": "active",
"value": {
"amount": 2962197,
"currency": "GBP"
},
"dateSigned": "2021-12-10T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1123",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1124",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "1125",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1126",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "1127",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}