Section one: Contracting authority
one.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
Contact
Billy McMaster / Kirsty Dunn
ProcurementTenders@scotland.police.uk
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Automatic Number Plate Recognition System
Reference number
PROC-22-1509
two.1.2) Main CPV code
- 35120000 - Surveillance and security systems and devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority is seeking to appoint a contractor for the requirements listed below:
-Supply of in-car NRD and supporting ANPR system
-Supply of fixed/ re-deployable NRDs (number plate reading devices)
-Supply of associated ANPR accessories
-Support & Maintenance
-Installation & Commissioning of both roadside and vehicle NRDs (number plate reading devices). -Installation of roadside NRDs will incorporate the necessary engagement with national or local road authorities, gaining permissions, undertaking civil engineering and obtaining power.
-Training
-Camera relocation of both roadside and vehicle NRDs, for example due to change of road layout or write off of vehicle.
-NASPLE Testing
two.1.5) Estimated total value
Value excluding VAT: £4,598,488
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 32323500 - Video-surveillance system
- 35120000 - Surveillance and security systems and devices
- 35125000 - Surveillance system
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Authority is seeking to appoint a contractor for the requirements listed below:
-Supply of in-car NRD and supporting ANPR system
-Supply of fixed/ re-deployable NRDs (number plate reading devices)
-Supply of associated ANPR accessories
-Support & Maintenance
-Installation & Commissioning of both roadside and vehicle NRDs (number plate reading devices). -Installation of roadside NRDs will incorporate the necessary engagement with national or local road authorities, gaining permissions, undertaking civil engineering and obtaining power.
-Training
-Camera relocation of both roadside and vehicle NRDs, for example due to change of road layout or write off of vehicle.
-NASPLE Testing
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Up to a further 5 years extension (extension periods may be taken in multiples)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Future Requirements
The Authority has a requirement for the refresh of some or all of the ANPR NRD’s at fixed sites, installed in all vehicles and re-deployables during the term of the contract. This will be dependent on budget availability and NRD life expectancy.
In addition to the above, Police Scotland intend to purchase additional ANPR Equipment and services throughout the lifetime of the contract.
.
Innovation and Flexibility
The Authority recognises that any procurement specification can neither be exhaustive nor anticipate changes that may arise in terms of technology advances or legislative change. It is therefore expected that the Contractor also acknowledges this and is prepared to both innovate and be flexible in responding to changing technological needs. The Authority would like the ability to purchase newly developed cameras, modules and any other associated items through this arrangement.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
SPD 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 Authority’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,
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.
.
SPD Question 4A.2 Authorisation/Membership
Where it is required, within a Tenderer’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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:
.
SPD Question 4B5 Insurances
Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.
.
Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.
.
Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate.
.
Professional Liability Insurance - 5 million GBP in respect of each claim and in the aggregate
.
Motor Vehicle Insurance - Minimum Third Party Motor Vehicle Liability
.
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.
.
Minimum level(s) of standards possibly required
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.1.2 Technical and Professional Ability
It is a mandatory requirement of this tender that bidders can demonstrate a minimum of 3 years experience providing goods/services of a similar nature.
A minimum of 1 and a maximum of 3 examples to be provided.
.
Minimum level(s) of standards possibly required
SPD Question 4D
Tenderers must hold or be working towards achieving ISO/IEC 27001 before the Contract commences. (February 2023) Tenders must also hold or be working towards achieving Cyber Essentials Plus before the contract commences
.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators are detailed within the Invitation to Tender
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-006583
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 October 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 October 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: between 5 and 10 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Vetting
The Tenderer’s representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the goods and or services shall be vetted to Non Police Personnel Vetting Standards ((NPPV) Level 3.
.
Economic Operators
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22347. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Not relevant due to nature of the contract.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
As part of the Technical Criteria, Tenderers are required to provide an outline of all Community Benefits that can be offered in relation to the Contract.
Any Community Benefits offered shall be monitored throughout the Contract period to ensure delivery.
(SC Ref:707249)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom