Award

PROC 22-1983 Supply and Delivery of Safes

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Summary of the contracting process

The Scottish Police Authority, based in Glasgow, UK, has completed the procurement process for the "PROC 22-1983 Supply and Delivery of Safes" contract in the public order and safety industry category. The contract, with the award date of 24th July 2023, was awarded to Lichfield Safe Centre Limited. The contract involves supplying and delivering safes meeting specific safety standards to multiple geographical areas within Police Scotland's estate.

This tender presents business growth opportunities for suppliers capable of delivering safes meeting the specified requirements, such as Insurance Cash Rating and fire protection standards. Small and medium-sized businesses with experience in providing security equipment and a track record of compliance with safety regulations are well-suited to compete in this open procurement procedure. The successful supplier must be able to deliver to various locations within Police Scotland's estate, ensuring a significant market reach and potential for a long-term contractual relationship.

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

PROC 22-1983 Supply and Delivery of Safes

Notice Description

The Scottish Police Authority (hereinafter referred to as the "the Authority") has a requirement to purchase safes for the production department to be delivered and installed. The purchase of these safes are to ensure suitable storage of cash and valuables, seized or handed in. Safe Requirements Initially 8 safes will be purchased, thereafter the Authority will order as and when required. Expected amount per year is Circa 5-6 The safes must comply with the relevant Safety standards and should be similar or equivalent specification as noted below: - Insurance Cash Rating GBP17,500 (Grade 2 ) (or valuables rating GBP175,000) - Tested and certified by the ECBS to European Standard EN 1143-1 - High security EN1300 approved Class A Key Lock - Up to 90 minutes of fire protection for paper/documents - 3 Shelves - 290 litre capacity - External Dimensions (WxDxH): 626x587x1626mm - Internal Dimensions (WxDxH): 500x386x1500mm - Weight - 748Kg However the contract will not be limited to the above specification and should the requirement for a different specification of safe arise the Authority will be able to review the suppliers range on their website and raise a purchase order accordingly. The successful supplier will need to be able to deliver to all geographical areas within the Police Scotland's Estate.

Lot Information

Lot 1

Open tender (Non FTS)

Renewal: Contract will be renewed at the end of the contract period (including extensions if activated)

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000721576
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP488973
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award 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

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

35121000 - Security equipment

44421300 - Safes

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£80,000 Under £100K

Notice Dates

Publication Date
25 Sep 20232 years ago
Submission Deadline
1 Mar 2023Expired
Future Notice Date
Not specified
Award Date
24 Jul 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Contract will be renewed at the end of contract period

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
katie.turner2@scotland.police.uk, stuart.newton@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
TLM82 Glasgow City

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

Supplier Information

Number of Suppliers
1
Supplier Name

LICHFIELD SAFE CENTRE

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB471298
    PROC 22-1983 Supply and Delivery of Safes - The Scottish Police Authority (hereinafter referred to as the "the Authority") has a requirement to purchase safes for the production department to be delivered and installed. The purchase of these safes are to ensure suitable storage of cash and valuables, seized or handed in. Safe Requirements Initially 8 safes will be purchased, thereafter the Authority will order as and when required. Expected amount per year is Circa 5-6 The safes must comply with the relevant Safety standards and should be similar or equivalent specification as noted below: - Insurance Cash Rating GBP17,500 (Grade 2 ) (or valuables rating GBP175,000) - Tested and certified by the ECBS to European Standard EN 1143-1 - High security EN1300 approved Class A Key Lock - Up to 90 minutes of fire protection for paper/documents - 3 Shelves - 290 litre capacity - External Dimensions (WxDxH): 626x587x1626mm - Internal Dimensions (WxDxH): 500x386x1500mm - Weight - 748Kg However the contract will not be limited to the above specification and should the requirement for a different specification of safe arise the Authority will be able to review the suppliers range on their website and raise a purchase order accordingly. The successful supplier will need to be able to deliver to all geographical areas within the Police Scotland's Estate.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP488973
    PROC 22-1983 Supply and Delivery of Safes - The Scottish Police Authority (hereinafter referred to as the "the Authority") has a requirement to purchase safes for the production department to be delivered and installed. The purchase of these safes are to ensure suitable storage of cash and valuables, seized or handed in. Safe Requirements Initially 8 safes will be purchased, thereafter the Authority will order as and when required. Expected amount per year is Circa 5-6 The safes must comply with the relevant Safety standards and should be similar or equivalent specification as noted below: - Insurance Cash Rating GBP17,500 (Grade 2 ) (or valuables rating GBP175,000) - Tested and certified by the ECBS to European Standard EN 1143-1 - High security EN1300 approved Class A Key Lock - Up to 90 minutes of fire protection for paper/documents - 3 Shelves - 290 litre capacity - External Dimensions (WxDxH): 626x587x1626mm - Internal Dimensions (WxDxH): 500x386x1500mm - Weight - 748Kg However the contract will not be limited to the above specification and should the requirement for a different specification of safe arise the Authority will be able to review the suppliers range on their website and raise a purchase order accordingly. The successful supplier will need to be able to deliver to all geographical areas within the Police Scotland's Estate.

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-r6ebe6-0000721576-2023-09-25T00:00:00Z",
    "date": "2023-09-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000721576",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-34",
            "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": "katie.turner2@scotland.police.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=b269421a-1102-4efc-a8fa-05be93bf31ab&_ncp=1677143852783.39716-1"
            },
            "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-18",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerks Office, PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "graham.forsyth@clydegateway.com",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-101",
            "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": "stuart.newton@scotland.police.uk",
                "telephone": "+44 1786895668",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "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-116",
            "name": "Lichfield Safe Centre Limited",
            "identifier": {
                "legalName": "Lichfield Safe Centre Limited"
            },
            "address": {
                "streetAddress": "1 Church Street",
                "locality": "Lichfield",
                "region": "UKG24",
                "postalCode": "WS13 6DZ"
            },
            "contactPoint": {
                "telephone": "+44 1543268631"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-55",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "procurement@gcu.ac.uk",
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-101"
    },
    "tender": {
        "id": "PROC 22-1983",
        "title": "PROC 22-1983 Supply and Delivery of Safes",
        "description": "The Scottish Police Authority (hereinafter referred to as the \"the Authority\") has a requirement to purchase safes for the production department to be delivered and installed. The purchase of these safes are to ensure suitable storage of cash and valuables, seized or handed in. Safe Requirements Initially 8 safes will be purchased, thereafter the Authority will order as and when required. Expected amount per year is Circa 5-6 The safes must comply with the relevant Safety standards and should be similar or equivalent specification as noted below: - Insurance Cash Rating GBP17,500 (Grade 2 ) (or valuables rating GBP175,000) - Tested and certified by the ECBS to European Standard EN 1143-1 - High security EN1300 approved Class A Key Lock - Up to 90 minutes of fire protection for paper/documents - 3 Shelves - 290 litre capacity - External Dimensions (WxDxH): 626x587x1626mm - Internal Dimensions (WxDxH): 500x386x1500mm - Weight - 748Kg However the contract will not be limited to the above specification and should the requirement for a different specification of safe arise the Authority will be able to review the suppliers range on their website and raise a purchase order accordingly. The successful supplier will need to be able to deliver to all geographical areas within the Police Scotland's Estate.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "35121000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Dalmarnock, G40 4EH"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=aa71e1d7-7e2d-4560-add3-d915156088ea&_ncp=1675682317858.12578-1",
        "tenderPeriod": {
            "endDate": "2023-03-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-03-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB471298",
                "documentType": "contractNotice",
                "title": "PROC 22-1983 Supply and Delivery of Safes",
                "description": "The Scottish Police Authority (hereinafter referred to as the \"the Authority\") has a requirement to purchase safes for the production department to be delivered and installed. The purchase of these safes are to ensure suitable storage of cash and valuables, seized or handed in. Safe Requirements Initially 8 safes will be purchased, thereafter the Authority will order as and when required. Expected amount per year is Circa 5-6 The safes must comply with the relevant Safety standards and should be similar or equivalent specification as noted below: - Insurance Cash Rating GBP17,500 (Grade 2 ) (or valuables rating GBP175,000) - Tested and certified by the ECBS to European Standard EN 1143-1 - High security EN1300 approved Class A Key Lock - Up to 90 minutes of fire protection for paper/documents - 3 Shelves - 290 litre capacity - External Dimensions (WxDxH): 626x587x1626mm - Internal Dimensions (WxDxH): 500x386x1500mm - Weight - 748Kg However the contract will not be limited to the above specification and should the requirement for a different specification of safe arise the Authority will be able to review the suppliers range on their website and raise a purchase order accordingly. The successful supplier will need to be able to deliver to all geographical areas within the Police Scotland's Estate.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB471298",
                "format": "text/html"
            },
            {
                "id": "SEP488973",
                "documentType": "awardNotice",
                "title": "PROC 22-1983 Supply and Delivery of Safes",
                "description": "The Scottish Police Authority (hereinafter referred to as the \"the Authority\") has a requirement to purchase safes for the production department to be delivered and installed. The purchase of these safes are to ensure suitable storage of cash and valuables, seized or handed in. Safe Requirements Initially 8 safes will be purchased, thereafter the Authority will order as and when required. Expected amount per year is Circa 5-6 The safes must comply with the relevant Safety standards and should be similar or equivalent specification as noted below: - Insurance Cash Rating GBP17,500 (Grade 2 ) (or valuables rating GBP175,000) - Tested and certified by the ECBS to European Standard EN 1143-1 - High security EN1300 approved Class A Key Lock - Up to 90 minutes of fire protection for paper/documents - 3 Shelves - 290 litre capacity - External Dimensions (WxDxH): 626x587x1626mm - Internal Dimensions (WxDxH): 500x386x1500mm - Weight - 748Kg However the contract will not be limited to the above specification and should the requirement for a different specification of safe arise the Authority will be able to review the suppliers range on their website and raise a purchase order accordingly. The successful supplier will need to be able to deliver to all geographical areas within the Police Scotland's Estate.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP488973",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Open tender (Non FTS)",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract will be renewed at the end of the contract period (including extensions if activated)"
                }
            }
        ],
        "bidOpening": {
            "date": "2023-03-01T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "During the period of the Contract Agreement, the Supplier shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (50%) Contract Outcome - 100% KPI weight Cost - Category Weight (20%) Invoice Accuracy - 100% - KPI weight Service - Category Weight (20%) Communication - 50% - KPI weight Management Information - 50% - KPI weight Sustainability - Category Weight (10%) Sustainability -100% - KPI weight"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "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."
                },
                {
                    "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: 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. 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."
                },
                {
                    "type": "technical",
                    "description": "SPD Question 4C.1.2 Technical and Professional Ability 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: 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: Secure gun cabinets. 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-08-28T00:00:00Z"
            }
        },
        "classification": {
            "id": "44421300",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Contract will be renewed at the end of contract period"
        }
    },
    "language": "EN",
    "description": "Economic Operators Applicable to Non-FTS Notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer's detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form. Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the SPD. Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract (SC Ref:745550)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000721576"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000721576"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "PROC 22-1983",
            "suppliers": [
                {
                    "id": "org-116",
                    "name": "Lichfield Safe Centre Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC 22-1983",
            "awardID": "PROC 22-1983",
            "status": "active",
            "value": {
                "amount": 80000,
                "currency": "GBP"
            },
            "dateSigned": "2023-07-24T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "365",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "366",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "367",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "368",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "369",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}