Award

Hand Held Speed Detection Devices

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

22 May 2025 at 11:02

Tender

25 Oct 2024 at 10:28

Summary of the contracting process

The procurement process for the contract titled "Hand Held Speed Detection Devices" was conducted by the Scottish Police Authority, focusing on police equipment within the goods category. This project, with a value of £300,000, was situated in Glasgow, Scotland, under the main procurement method of an open procedure. The award stage of the process concluded on 22 May 2025. The procurement involved supplying and delivering speed detection devices with a servicing and maintenance plan, covering the whole of Scotland. Key dates included the tender period ending on 29 November 2024, with electronic submissions managed via PCS-Tender.

This tender presents significant opportunities for business growth, particularly appealing to small and medium-sized enterprises (SMEs) familiar with supplying technical equipment to public sector clients. Companies with expertise in police or safety equipment are well-positioned to compete, given the technical quality and price weightings of 40% and 60%, respectively. Businesses capable of committing to high standards, such as those outlined in the balanced scorecard with categories like quality and sustainability, stand a good chance of meeting the rigorous selection criteria. With active electronic ordering, invoicing, and payment facilities, this contract can streamline back-office operations for successful suppliers.

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

Hand Held Speed Detection Devices

Notice Description

Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.

Lot Information

Lot 1

Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.

Renewal: Three months prior to expiry.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04b14c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024667-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender 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

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


CPV Codes

35200000 - Police equipment

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£300,000 £100K-£500K

Notice Dates

Publication Date
22 May 20259 months ago
Submission Deadline
29 Nov 2024Expired
Future Notice Date
Not specified
Award Date
7 Mar 202511 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Jamie Sibley
Contact Email
jamie.sibley@scotland.police.uk
Contact Phone
+44 7867153791

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

LASER TECH

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-04b14c-2025-05-22T12:02:43+01:00",
    "date": "2025-05-22T12:02:43+01:00",
    "ocid": "ocds-h6vhtk-04b14c",
    "description": "This is an award notice. (SC Ref:799574)",
    "initiationType": "tender",
    "tender": {
        "id": "Proc-22-1631",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Hand Held Speed Detection Devices",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35200000",
            "description": "Police equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Three months prior to expiry."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35200000",
                        "description": "Police equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "deliveryLocation": {
                    "description": "All Scotland"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A",
                    "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, the items indicated below:",
                    "minimum": "SPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. 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. EPD 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 less than 30 (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",
                    "minimum": "With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "During the Contract Agreement, the Contractor shall monitor and measure their performance against the KPIs detailed below: Quality-Category Weight40% Contract Outcome80% Continual Improvement/Innovation20% Cost-Category Weight20% Invoice Accuracy100% Service-Category Weight20% Communication50% MI50% Sustainability-Category Weight20% Sustainability50% Community Benefits50% 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 stakeholder 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) This shall take place using the PCS-T Contract and Supplier Management portal yearly, half yearly or monthly depending on the overall risk status of the contract. The risk status shall be confirmed at Contract Award.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-11-29T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-05-28T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2024-11-29T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-11-29T12:00:00Z",
            "address": {
                "streetAddress": "Dalmarnock Police Office"
            },
            "description": "Procurement Specialist Jamie Sibley to open electronic responses."
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-2697",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G51 1DZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jamie Sibley",
                "telephone": "+44 7867153791",
                "email": "jamie.sibley@scotland.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-5466",
            "name": "Glasgow Sherriff Court",
            "identifier": {
                "legalName": "Glasgow Sherriff Court"
            },
            "address": {
                "locality": "Glasgow",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-148982",
            "name": "Laser Tech UK Ltd",
            "identifier": {
                "legalName": "Laser Tech UK Ltd"
            },
            "address": {
                "streetAddress": "Unit B2 Harris Road",
                "locality": "Warwick",
                "region": "UK",
                "postalCode": "CV34 5JU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1926298686"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2697",
        "name": "Scottish Police Authority"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000781488"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "024667-2025-PROC-22-1631-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-148982",
                    "name": "Laser Tech UK Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "024667-2025-PROC-22-1631-1",
            "awardID": "024667-2025-PROC-22-1631-1",
            "status": "active",
            "value": {
                "amount": 300000,
                "currency": "GBP"
            },
            "dateSigned": "2025-03-07T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}