Notice Information
Notice Title
PROC19/20-046 - Provision of Firearms Range Cleaning and Maintenance Services
Notice Description
The Scottish Police Authority (known as the "the Authority") has a requirement to appoint a single Contractor to undertake the periodic instructed maintenance and cleaning of the Authority's Armed Police Training ranges in compliance with all legislative requirements.
Lot Information
Lot 1
The Scottish Police Authority (known as the "the Authority") has a requirement to appoint a single Contractor to undertake the periodic instructed maintenance and cleaning of the Authority's Armed Police Training ranges in compliance with all legislative requirements.
Renewal: Contract Duration 2 Years (+1Year) (+1year) The contract shall be renewed in 2 years or in 4 years if optional extensions are activated.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000598609
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR384202
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
50 - Repair and maintenance services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
35320000 - Firearms
50000000 - Repair and maintenance services
90910000 - Cleaning services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £464,568 £100K-£500K
Notice Dates
- Publication Date
- 23 Mar 20205 years ago
- Submission Deadline
- 11 Nov 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 23 Mar 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Contract Duration is 2 Years (+1 year) (+1year) This contract shall be renewed in 2 years or in 4 years if optional extensions are activated.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP367074
PROC19/20-046 - Provision of Firearms Range Cleaning and Maintenance Services - The Scottish Police Authority (known as the "the Authority") has a requirement to appoint a single Contractor to undertake the periodic instructed maintenance and cleaning of the Authority's Armed Police Training ranges in compliance with all legislative requirements. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR384202
PROC19/20-046 - Provision of Firearms Range Cleaning and Maintenance Services - The Scottish Police Authority (known as the "the Authority") has a requirement to appoint a single Contractor to undertake the periodic instructed maintenance and cleaning of the Authority's Armed Police Training ranges in compliance with all legislative requirements.
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-r6ebe6-0000598609-2020-03-23T00:00:00Z",
"date": "2020-03-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000598609",
"initiationType": "tender",
"parties": [
{
"id": "org-21",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "Charlotte.Reid@scotland.pnn.police.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-13",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "Charlotte.Reid@scotland.pnn.police.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-105",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "Charlotte.Reid@scotland.pnn.police.uk",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-106",
"name": "ECC Electronic Engineering",
"identifier": {
"legalName": "ECC Electronic Engineering"
},
"address": {
"streetAddress": "19 Peel Street, Marsden",
"locality": "Huddersfield",
"region": "UK",
"postalCode": "HD7 6BW"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-88",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-105"
},
"tender": {
"id": "PROC 19/20-046",
"title": "PROC19/20-046 - Provision of Firearms Range Cleaning and Maintenance Services",
"description": "The Scottish Police Authority (known as the \"the Authority\") has a requirement to appoint a single Contractor to undertake the periodic instructed maintenance and cleaning of the Authority's Armed Police Training ranges in compliance with all legislative requirements.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50000000",
"scheme": "CPV"
},
{
"id": "35320000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-11-11T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-11-11T12:00:00Z"
},
"documents": [
{
"id": "SEP367074",
"documentType": "contractNotice",
"title": "PROC19/20-046 - Provision of Firearms Range Cleaning and Maintenance Services",
"description": "The Scottish Police Authority (known as the \"the Authority\") has a requirement to appoint a single Contractor to undertake the periodic instructed maintenance and cleaning of the Authority's Armed Police Training ranges in compliance with all legislative requirements.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP367074",
"format": "text/html"
},
{
"id": "MAR384202",
"documentType": "awardNotice",
"title": "PROC19/20-046 - Provision of Firearms Range Cleaning and Maintenance Services",
"description": "The Scottish Police Authority (known as the \"the Authority\") has a requirement to appoint a single Contractor to undertake the periodic instructed maintenance and cleaning of the Authority's Armed Police Training ranges in compliance with all legislative requirements.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR384202",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Scottish Police Authority (known as the \"the Authority\") has a requirement to appoint a single Contractor to undertake the periodic instructed maintenance and cleaning of the Authority's Armed Police Training ranges in compliance with all legislative requirements.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Contract Duration 2 Years (+1Year) (+1year) The contract shall be renewed in 2 years or in 4 years if optional extensions are activated."
}
}
],
"bidOpening": {
"date": "2019-11-11T12:00:00Z",
"address": {
"streetAddress": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
},
"description": "via Public Contract Scotland Tender (PCS-T)"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (40%) Contract Outcome: Sub-Weighting: 90% Continual Improvement: Sub-Weighting: 10% Cost - Category Weight (15%) Invoice Accuracy: Sub-Weighting: 100% Service - Category Weight (40%) Complaints: Sub-Weighting: 15% Communication: Sub-Weighting - 30% Management Information: Sub-Weighting - 25% Accuracy: Sub-Weighting - 30% Sustainability - Category Weight (5%) Sustainability: Sub-Weighting: 50% Community Benefits: Sub-Weighting 50%"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD 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 Councils 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."
},
{
"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: ESPD 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 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. ESPD 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 ESPD 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."
},
{
"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: ESPD Question 4C.1.2 Technical and Professional Ability Tenderers will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Provision of Firearm Range Cleaning and Maintenance Services. Two (2) examples of the provisions of services specifically relating to the cleaning and maintenance of FIREARMS RANGES will be required and must be from the last three (3) years. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. Guidance: The Authority will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise. ESPD Question 4C.7 Technical and Professional Ability (Environmental Management Measures) Tenderers will be required to confirm that they will employ environmental management measures that meet the following requirements: Control of Substances Hazardous to Health (COSHH); Control of Lead at Work (CLAW); Risk Assessment Method Statement (RAMS) Tenderers must provide their Waste Disposal Certification/Policy to demonstrate compliance with the above. Guidance: The Authority will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-05-08T00:00:00Z"
}
},
"classification": {
"id": "90910000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Contract Duration is 2 Years (+1 year) (+1year) This contract shall be renewed in 2 years or in 4 years if optional extensions are activated."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-21",
"description": "The Authority has received notification from the Scottish Government that Public Contract Scotland (PCS-T) shall be down for updates this weekend between 2am on Saturday 9th Nov to 5pm on Sunday 10th Nov. As the tender deadline for this requirement is 12 noon, Monday 11th November this tender shall be extended until 12 noon Wednesday 13th November 2019. Please note that this has not impact on the Q&A Deadline which was 12 noon, Monday 4th November and has now passed.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2019-11-11T12:00:00Z"
},
"newValue": {
"date": "2019-11-13T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-05-08T00:00:00Z"
},
"newValue": {
"date": "2020-05-11T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2019-11-11T12:00:00Z"
},
"newValue": {
"date": "2019-11-13T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "Attendance frequencies are determined on the total number of rounds fired since previous attendance, the actual number cannot be guaranteed and may be more or less than the historic frequencies used in the tender evaluation. The total estimated value of this contract is 116,142 GBP per annum. The total estimated value over the duration of the contract (including the optional extension periods) is 464,568 GBP exclusive of VAT. (SC Ref:618758)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000598609"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000598609"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000598609"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PROC 19/20-046",
"suppliers": [
{
"id": "org-106",
"name": "ECC Electronic Engineering"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PROC 19/20-046",
"awardID": "PROC 19/20-046",
"status": "active",
"value": {
"amount": 464568,
"currency": "GBP"
},
"dateSigned": "2020-03-23T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 185-450505"
}
],
"bids": {
"statistics": [
{
"id": "382",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "383",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "384",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "385",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "386",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}