Award

Automatic Number Plate Recognition System

SCOTTISH POLICE AUTHORITY

This public procurement record has 3 releases in its history.

Award

15 Aug 2023 at 07:54

Tender

06 Oct 2022 at 14:30

Planning

10 Mar 2022 at 13:31

Summary of the contracting process

The Scottish Police Authority has completed the procurement process for the "Automatic Number Plate Recognition System" under the goods category. The tender was awarded to Dacoll Group with a contract value of £3,124,908 signed on 22nd December 2022. This tender included the provision of ANPR services, maintenance, support, and upgrades of the Police Scotland ANPR estate. The awarded contract is currently active.

This tender presents business growth opportunities for companies involved in surveillance and security systems. Businesses offering technical expertise in ANPR technology, maintenance services, and surveillance devices are well-suited to compete. The procurement stage involved an open procedure, allowing businesses to bid based on quality and price criteria. The location of the contract is in Glasgow, United Kingdom. The Scottish Police Authority acted as the buying organisation, overseeing the procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Automatic Number Plate Recognition System

Notice Description

Provision of Automatic Number Plate Recognition including Maintenance, Support and upgrades of the Police Scotland ANPR estate.

Lot Information

Lot 1

Provision of Automatic Number Plate Recognition including Maintenance, Support and upgrades of the Police Scotland ANPR estate

Options: Future Requirements The Authority has a requirement for the refresh of some or all of the ANPR NRD's at fixed sites, installed in all vehicles and re-deployables during the term of the contract. This will be dependent on budget availability and NRD life expectancy. In addition to the above, Police Scotland intend to purchase additional ANPR Equipment and services throughout the lifetime of the contract. . Innovation and Flexibility The Authority recognises that any procurement specification can neither be exhaustive nor anticipate changes that may arise in terms of technology advances or legislative change. It is therefore expected that the Contractor also acknowledges this and is prepared to both innovate and be flexible in responding to changing technological needs. The Authority would like the ability to purchase newly developed cameras, modules and any other associated items through this arrangement.

Renewal: Up to a further 5 years extension (extension periods may be taken in multiples)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032051
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023803-2023
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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

35 - Security, fire-fighting, police and defence equipment

50 - Repair and maintenance services


CPV Codes

32323500 - Video-surveillance system

35120000 - Surveillance and security systems and devices

35125000 - Surveillance system

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£4,598,488 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,124,908 £1M-£10M

Notice Dates

Publication Date
15 Aug 20232 years ago
Submission Deadline
27 Oct 2022Expired
Future Notice Date
23 Jun 2022Expired
Award Date
22 Dec 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
between 5 and 10 years

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Billy McMaster / Kirsty Dunn
Contact Email
kirstie.dunn@scotland.police.uk
Contact Phone
+44 1786895668

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
TLM Scotland

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

Supplier Information

Number of Suppliers
1
Supplier Name

DACOLL GROUP

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-h6vhtk-032051-2023-08-15T08:54:24+01:00",
    "date": "2023-08-15T08:54:24+01:00",
    "ocid": "ocds-h6vhtk-032051",
    "description": "(SC Ref:720210)",
    "initiationType": "tender",
    "tender": {
        "id": "PROC-22-1509",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Automatic Number Plate Recognition System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35120000",
            "description": "Surveillance and security systems and devices"
        },
        "mainProcurementCategory": "goods",
        "description": "Provision of Automatic Number Plate Recognition including Maintenance, Support and upgrades of the Police Scotland ANPR estate.",
        "lots": [
            {
                "id": "1",
                "description": "Provision of Automatic Number Plate Recognition including Maintenance, Support and upgrades of the Police Scotland ANPR estate",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality (Technical)",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Up to a further 5 years extension (extension periods may be taken in multiples)"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "Future Requirements The Authority has a requirement for the refresh of some or all of the ANPR NRD's at fixed sites, installed in all vehicles and re-deployables during the term of the contract. This will be dependent on budget availability and NRD life expectancy. In addition to the above, Police Scotland intend to purchase additional ANPR Equipment and services throughout the lifetime of the contract. . Innovation and Flexibility The Authority recognises that any procurement specification can neither be exhaustive nor anticipate changes that may arise in terms of technology advances or legislative change. It is therefore expected that the Contractor also acknowledges this and is prepared to both innovate and be flexible in responding to changing technological needs. The Authority would like the ability to purchase newly developed cameras, modules and any other associated items through this arrangement."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32323500",
                        "description": "Video-surveillance system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35120000",
                        "description": "Surveillance and security systems and devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125000",
                        "description": "Surveillance system"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-06-24T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 4598488,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD 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 Authority'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 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "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: . SPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. . Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. . Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. . Professional Liability Insurance - 5 million GBP in respect of each claim and in the aggregate . Motor Vehicle Insurance - Minimum Third Party Motor Vehicle Liability . 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. .",
                    "minimum": "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": "SPD Question 4C.1.2 Technical and Professional Ability It is a mandatory requirement of this tender that bidders can demonstrate a minimum of 3 years experience providing goods/services of a similar nature. A minimum of 1 and a maximum of 3 examples to be provided. .",
                    "minimum": "SPD Question 4D Tenderers must hold or be working towards achieving ISO/IEC 27001 before the Contract commences. (February 2023) Tenders must also hold or be working towards achieving Cyber Essentials Plus before the contract commences .",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Key Performance Indicators are detailed within the Invitation to Tender",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-10-27T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-10-27T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-10-27T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "between 5 and 10 years"
        }
    },
    "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": {
                "telephone": "+44 1786895668",
                "email": "kirstie.dunn@scotland.police.uk",
                "name": "Billy McMaster / Kirsty Dunn",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "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-90202",
            "name": "Dacoll Group",
            "identifier": {
                "legalName": "Dacoll Group"
            },
            "address": {
                "streetAddress": "Dacoll House, Gardners Lane",
                "locality": "Bathgate",
                "region": "UK",
                "postalCode": "EH48 1TP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1506815000"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2697",
        "name": "Scottish Police Authority"
    },
    "language": "en",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000720210"
        }
    ],
    "awards": [
        {
            "id": "023803-2023-PROC-22-1509-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-90202",
                    "name": "Dacoll Group"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "023803-2023-PROC-22-1509-1",
            "awardID": "023803-2023-PROC-22-1509-1",
            "status": "active",
            "value": {
                "amount": 3124908,
                "currency": "GBP"
            },
            "dateSigned": "2022-12-22T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}