Award

Provision of Livestreaming of Committees, Meetings & Associated Services

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

02 Apr 2025 at 15:24

Tender

16 Dec 2024 at 15:59

Summary of the contracting process

The Scottish Police Authority (SPA) has completed the procurement process for the Provision of Livestreaming of Committees, Meetings & Associated Services, with a focus on radio, television, communication, telecommunication, and related equipment within the UKM region. This tender involved an open procedure for procuring goods and aimed to enhance accessibility and transparency in governance through live streaming of board and committee meetings. The procurement stage was in the award phase as of April 2025, with Precise Audio Ltd being awarded the contract valued at £175,000. Key dates include the contract signature on March 31, 2025.

This tender presents significant opportunities for businesses specialising in audio-visual services and live streaming technology. Companies capable of providing high-quality video and sound recording equipment, on-site technical support, and post-event editing can benefit from this contract. The procurement required suppliers to deliver room setups, live streams, recordings, and immediate upload for retrospective viewing, ensuring automatic subtitling and transcription availability. SMEs, given their agility and expertise in such services, are well-positioned to compete in this tender, leveraging their technical proficiency and experience in handling similar projects.

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 Livestreaming of Committees, Meetings & Associated Services

Notice Description

The Authority required a suitably experienced and competent supplier for the Provision of Live Streaming of Board and Committee Meetings, in order to continue to meet the longstanding ongoing commitment for accessibility and transparency in governance.

Lot Information

Lot 1

Open tender (FTS)

Renewal: Initial contract term is 3 years, with 2 x optional extension periods of up to 12 months each, to be taken at the sole discretion of the Authority. Contract may be renewed at the end of contract term.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04c874
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012622-2025
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

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


CPV Codes

32000000 - Radio, television, communication, telecommunication and related equipment

32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus

32320000 - Television and audio-visual equipment

32330000 - Apparatus for sound, video-recording and reproduction

32340000 - Microphones and loudspeakers

Notice Value(s)

Tender Value
£175,000 £100K-£500K
Lots Value
£175,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£175,000 £100K-£500K

Notice Dates

Publication Date
2 Apr 202510 months ago
Submission Deadline
20 Jan 2025Expired
Future Notice Date
Not specified
Award Date
30 Mar 202510 months ago
Contract Period
Not specified - Not specified
Recurrence
Contract may be re-tendered at the end date of the current contract.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
procurementtenders@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

PRECISE AUDIO

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-04c874-2025-04-02T16:24:44+01:00",
    "date": "2025-04-02T16:24:44+01:00",
    "ocid": "ocds-h6vhtk-04c874",
    "description": "(SC Ref:794865)",
    "initiationType": "tender",
    "tender": {
        "id": "PROC-24-2661",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Livestreaming of Committees, Meetings & Associated Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "32000000",
            "description": "Radio, television, communication, telecommunication and related equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "The Authority required a suitably experienced and competent supplier for the Provision of Live Streaming of Board and Committee Meetings, in order to continue to meet the longstanding ongoing commitment for accessibility and transparency in governance.",
        "value": {
            "amount": 175000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Open tender (FTS)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 175000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract term is 3 years, with 2 x optional extension periods of up to 12 months each, to be taken at the sole discretion of the Authority. Contract may be renewed at the end of contract term."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32300000",
                        "description": "Television and radio receivers, and sound or video recording or reproducing apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32320000",
                        "description": "Television and audio-visual equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32330000",
                        "description": "Apparatus for sound, video-recording and reproduction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32340000",
                        "description": "Microphones and loudspeakers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 4A1a 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD Question 4B6 - Financial Standing Credit Safe: 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. SPD Question 4B5 - Insurance Insurance: Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below. Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the SPA will exclude the Tenderer from the competition",
                    "minimum": "Credit Safe Check: Within such reports, the risk of business failure is expressed as a score of below 30 (high risk of business failure). In the event that a company is determined to have a risk failure rating of below 30 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. Insurance Requirements: a. Public Liability Insurance - 5,000,000 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. b. Professional Indemnity Insurance - 5,000,000 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. c. Employers (Compulsory) Liability Insurance - 10,000,000 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD Question 4C.1.2 Technical Professional Ability 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. You must describe in sufficient detail the required experience in terms of the specific supplies/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. Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents.",
                    "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 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 for: Provision of Livestreaming of Committees, Meetings & Associated Services. Two (2) examples of the provision of similar services will be requested and must be from within the last 3 years for services. 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"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "During the period of the contract, the Provider shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: 1. Quality - Quality Section Weight (30%) KPI: Contract Outcome (100%) 2. Service - Quality Section Weight (30%) KPI: Communication (100%) 3. Cost - Quality Section Weight (20%) KPI: Invoice Accuracy (100%) 4. Sustainability - Quality Section Weight (20%) KPI: Sustainable Processes (100%)",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-01-20T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 3600
            }
        },
        "awardPeriod": {
            "startDate": "2025-01-20T12:00:00Z"
        },
        "bidOpening": {
            "date": "2025-01-20T12:00:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Contract may be re-tendered at the end date of the current contract."
        }
    },
    "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": {
                "telephone": "+44 1786895668",
                "email": "ProcurementTenders@scotland.police.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "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-142714",
            "name": "Precise Audio Ltd",
            "identifier": {
                "legalName": "Precise Audio Ltd"
            },
            "address": {
                "streetAddress": "Unit K14 Clyde Workshops, Fullarton Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G32 8YL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 412550740"
            },
            "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-r6ebe6-0000785359"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "012622-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-142714",
                    "name": "Precise Audio Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "012622-2025-1",
            "awardID": "012622-2025-1",
            "status": "active",
            "value": {
                "amount": 175000,
                "currency": "GBP"
            },
            "dateSigned": "2025-03-31T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}