Notice Information
Notice Title
PROC 20 0756 - Provision of Low Carbon and Renewable Energy Generation Support
Notice Description
In 2019, Police Scotland launched its new Fleet Strategy. This 10 year plan sets out the process that the Authority will adhere to in replacing its 3,400 fossil fuel driven fleet with electric vehicles (EVs). As well as purchase of these vehicles, we will also need to implement onsite charging infrastructure in line with the growth of our new electric fleet. In conjunction, Police Scotland is also implementing an Environmental Sustainability Strategy (ESS) in order to improve resource use efficiency and reduce greenhouse gas emission in line with our duties as a Public Body. Police Scotland is interested in how this new ESS can influence the transition to EVs by providing as much electricity as possible to charging points from onsite renewable sources. In light of this, we require a contractor to support us in reviewing our Estate to identify sites suitable for photovoltaic installation, create detailed designs and installation tender specification as well as installer selection and quality check of resultant installation.
Lot Information
Lot 1
Open Tender Police Scotland is interested in how this new ESS can influence the transition to EVs by providing as much electricity as possible to charging points from onsite renewable sources. In light of this, we require a contractor to support us in reviewing our Estate to identify sites suitable for photovoltaic installation, create detailed designs and installation tender specification as well as installer selection and quality check of resultant installation. This contract will be divided into 3 stages. Stage 1& Stage must be delivered in a 6 month period. Stage 3 will be an optional extra, there is no guarantee that the Authority shall proceed with Stage 3. Its the sole discretion of the Authority should Stage 3 of the contract be activated during the contract period.
Options: The contract is divided into 3 stages: Stage 1: Contract Value: 15,300 GBP Stage 2: Contract Value: 25,400 GBP Stage 3: (Optional Extra): 13,360 GBP
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b727
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/024754-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71313000 - Environmental engineering consultancy services
71314000 - Energy and related services
71314200 - Energy-management services
71314300 - Energy-efficiency consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £54,060 Under £100K
Notice Dates
- Publication Date
- 5 Oct 20214 years ago
- Submission Deadline
- 5 Jul 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Oct 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
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
Further Information
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-h6vhtk-02b727-2021-10-05T14:04:02+01:00",
"date": "2021-10-05T14:04:02+01:00",
"ocid": "ocds-h6vhtk-02b727",
"initiationType": "tender",
"tender": {
"id": "PROC 20 0756",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "PROC 20 0756 - Provision of Low Carbon and Renewable Energy Generation Support",
"classification": {
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
},
"mainProcurementCategory": "services",
"description": "In 2019, Police Scotland launched its new Fleet Strategy. This 10 year plan sets out the process that the Authority will adhere to in replacing its 3,400 fossil fuel driven fleet with electric vehicles (EVs). As well as purchase of these vehicles, we will also need to implement onsite charging infrastructure in line with the growth of our new electric fleet. In conjunction, Police Scotland is also implementing an Environmental Sustainability Strategy (ESS) in order to improve resource use efficiency and reduce greenhouse gas emission in line with our duties as a Public Body. Police Scotland is interested in how this new ESS can influence the transition to EVs by providing as much electricity as possible to charging points from onsite renewable sources. In light of this, we require a contractor to support us in reviewing our Estate to identify sites suitable for photovoltaic installation, create detailed designs and installation tender specification as well as installer selection and quality check of resultant installation.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-07-05T12:00:00+01:00"
},
"newValue": {
"date": "2021-07-16T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2021-12-31"
},
"newValue": {
"date": "2022-01-12"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2021-07-05T12:00:00+01:00"
},
"newValue": {
"date": "2021-07-16T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Good Morning Due to annual leave commitments of the evaluation panel the tender deadline has been extended - new dates are as follows: Q&A Deadline: 12 noon, 9th July 2021 Tender Deadline: 12 noon, 16th July 2021 No further tender extensions will be permitted Thank you"
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-07-16T12:00:00+01:00"
},
"newValue": {
"date": "2021-07-28T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2022-01-12"
},
"newValue": {
"date": "2022-01-24"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2021-07-16T12:00:00+01:00"
},
"newValue": {
"date": "2021-07-28T12:00:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "Extension Request to allow bidders to review clarification responses that were published prior to the Q&A Deadline: QUESTION Thank you for the clarification response confirming that a liability cap will be acceptable (received 12/7/2021). We note that a previous response was issued to the question \"...would you consider including an equitable limit of liability...\" on 25/6/21 which indicated that a liability cap would not be acceptable ie \"Bidders are required to accept the published terms contained within the ITT\" Ourselves, and potentially other bidders, ceased work on the bid following the response of 25/6/21 as a limit of liability is a condition of many industry standard insurance requirements. We have followed up with a number of further questions to seek clarification without success. We would therefore request an extension of time of the period lost (2 weeks). ANSWER ALL clarifications that was submitted to the Authority prior to the Q&A deadline were responded to in full in a timely manner. The Q&A Deadline has now passed, bidder had from tender publication 1st June 2021 until 12 noon 9th July to review the tender documents and submit any clarifications. No further extension will be permitted to the Q&A Deadline, 39 days is more than sufficient. The Authority accepts the change to liability under the terms and conditions may have changed a bidders intention to bid for this contract opportunity - therefore we have extended the tender deadline until 12 noon, 28th July 2021 to provide more time to review clarification responses that have been published and for bidders to update their response should the clarifications impact them. No further tender extensions will be permitted."
}
],
"status": "complete",
"lots": [
{
"id": "1",
"description": "Open Tender Police Scotland is interested in how this new ESS can influence the transition to EVs by providing as much electricity as possible to charging points from onsite renewable sources. In light of this, we require a contractor to support us in reviewing our Estate to identify sites suitable for photovoltaic installation, create detailed designs and installation tender specification as well as installer selection and quality check of resultant installation. This contract will be divided into 3 stages. Stage 1& Stage must be delivered in a 6 month period. Stage 3 will be an optional extra, there is no guarantee that the Authority shall proceed with Stage 3. Its the sole discretion of the Authority should Stage 3 of the contract be activated during the contract period.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"status": "cancelled",
"options": {
"description": "The contract is divided into 3 stages: Stage 1: Contract Value: 15,300 GBP Stage 2: Contract Value: 25,400 GBP Stage 3: (Optional Extra): 13,360 GBP"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71314200",
"description": "Energy-management services"
},
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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. SPD Question 4C.6 Qualifications 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. Tenderers personnel/staff who is responsible in delivering the project are required hold the following authorisation or memberships: Membership to the relevant professional body - Energy Institute Tenderers will be required to provide evidence of this as part of their bid",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD Question 4B5 Insurances 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: 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. Professional Indemnity 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. SPD 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 SPD 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.",
"appliesTo": [
"supplier"
]
},
{
"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: SPD 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. Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years. 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.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-07-05T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2021-12-31T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2021-07-05T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-07-05T12:00:00+01:00",
"address": {
"streetAddress": "Electronically via Pubic Contract Scotland Tender (PCS-T)"
},
"description": "Electronically via Pubic Contract Scotland Tender (PCS-T)"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-2697",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Charlotte.Reid@scotland.pnn.police.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.spa.police.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-220",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-30493",
"name": "Locogen Limited",
"identifier": {
"legalName": "Locogen Limited"
},
"address": {
"streetAddress": "4 West Silvermills Lane",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH3 5BD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-2697",
"name": "Scottish Police Authority"
},
"language": "en",
"description": "(SC Ref:669395)",
"awards": [
{
"id": "024754-2021-PROC 20 0756-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-30493",
"name": "Locogen Limited"
}
]
}
],
"contracts": [
{
"id": "024754-2021-PROC 20 0756-1",
"awardID": "024754-2021-PROC 20 0756-1",
"status": "active",
"value": {
"amount": 54060,
"currency": "GBP"
},
"dateSigned": "2021-10-05T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 7
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
}
]
}
}