Notice Information
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000781488
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY530880
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - 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
-
- 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
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516927
Hand Held Speed Detection Devices - Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY530880
Hand Held Speed Detection Devices - Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.
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-r6ebe6-0000781488-2025-05-22T00:00:00Z",
"date": "2025-05-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000781488",
"initiationType": "tender",
"parties": [
{
"id": "org-60",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"name": "Jamie Sibley",
"email": "jamie.sibley@scotland.police.uk",
"telephone": "+44 7867153791",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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-61",
"name": "Glasgow Sherriff Court",
"identifier": {
"legalName": "Glasgow Sherriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-81",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "jamie.sibley@scotland.police.uk",
"telephone": "+44 7867153791",
"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-83",
"name": "Laser Tech UK Ltd",
"identifier": {
"legalName": "Laser Tech UK Ltd"
},
"address": {
"streetAddress": "Unit B2 Harris Road",
"locality": "Warwick",
"region": "UK",
"postalCode": "CV34 5JU"
},
"contactPoint": {
"telephone": "+44 1926298686"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-84",
"name": "Glasgow Sherriff Court",
"identifier": {
"legalName": "Glasgow Sherriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-81"
},
"tender": {
"id": "Proc-22-1631",
"title": "Hand Held Speed Detection Devices",
"description": "Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "35200000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 300000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2024-11-29T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-11-29T12:00:00Z"
},
"documents": [
{
"id": "OCT516927",
"documentType": "contractNotice",
"title": "Hand Held Speed Detection Devices",
"description": "Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516927",
"format": "text/html"
},
{
"id": "MAY530880",
"documentType": "awardNotice",
"title": "Hand Held Speed Detection Devices",
"description": "Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY530880",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Supply & Delivery of hand held speed detection devices and a servicing and maintenance plan.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Three months prior to expiry."
}
}
],
"bidOpening": {
"date": "2024-11-29T12:00:00Z",
"address": {
"streetAddress": "Dalmarnock Police Office"
},
"description": "Procurement Specialist Jamie Sibley to open electronic responses."
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"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."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A"
},
{
"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."
},
{
"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"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-05-28T00:00:00Z"
}
},
"classification": {
"id": "35200000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "This is an award notice. (SC Ref:799574)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000781488"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000781488"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PROC-22-1631",
"suppliers": [
{
"id": "org-83",
"name": "Laser Tech UK Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PROC-22-1631",
"awardID": "PROC-22-1631",
"status": "active",
"value": {
"amount": 300000,
"currency": "GBP"
},
"dateSigned": "2025-03-07T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2024/S 000-034633"
}
],
"bids": {
"statistics": [
{
"id": "216",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "217",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "218",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "219",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "220",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}