Buyer Name: Scottish Police Authority
Buyer Address: 2 French Street, Dalmarnock, Glasgow, UKM, G40 4EH, United Kingdom
Contact Name: Stuart Newton
Contact Email: stuart.newton@scotland.police.uk
Contact Telephone: +44 3004248662
Buyer Name: Scottish Police Authority
Buyer Address: 2 French Street, Dalmarnock, Glasgow, UKM, G40 4EH, United Kingdom
Contact Name: Stuart Newton
Contact Email: stuart.newton@scotland.police.uk
Contact Telephone: +44 3004248662
Police Scotland currently have in place back-office services with two separate Suppliers, due to expire within the next 12 months. Police Scotland require a single Supplier to migrate all chargers from existing Contract to a new single Contract. Police Scotland require a Supplier to provide a Single Back-Office Solution for the Police Scotland EV Charging Infrastructure; this will involve transitioning groups of chargers from these current solutions as well as adding any newly installed chargers added to the Estate during the Contract term, placed immediately on to this new Contract.
No linked documents found for this notice.
Lot Description: Police Scotland currently have in place back-office services with two separate Suppliers, due to expire within the next 12 months. Police Scotland require a single Supplier to migrate all chargers from existing Contracts to a new single Contract. Police Scotland require a Supplier to provide a Single Back-Office Solution for the Police Scotland EV Charging Infrastructure; this will involve transitioning groups of chargers from these current solutions as well as adding any newly installed chargers added to the Estate during the Contract term, placed immediately on to this new Contract. The Back Office functionality must provide a solution to manage the Authority’s electric vehicle charging infrastructure to allow control, visibility and development of the back-office solution. Software supplied must be able to provide data in-line with a standard back office system as well as allow utilisation of data as detailed within the Back Office section above. Software must provide charge point management software. Including live monitoring of charge point network, including charge sessions, access controls, management of tariffs and payments, maintenance and reporting. Further information can be found within the Schedule of Requirements within the ITT document.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Award Criterion (quality): Quality
{
"buyer": {
"id": "GB-FTS-163120",
"name": "Scottish Police Authority"
},
"date": "2025-12-10T14:53:07Z",
"description": "Please refer to Contract Notice Document within the attachments area of Public Contract Scotland Tender which details the minimum requirements that bidders must submit as part of their tender submission.\nSPD Question 4C.12 Quality Control Requirements as defined within the SPD on PCST\nSPD Question 4D.1 Quality Assurance/Health and Safety Requirements as defined within the SPD on PCST\nLiving Wage\nTenderers 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.\nEquality and Diversity\nTenderers will be required to comply with the statutory obligations under the Equality Act 2010.\nDeclaration of Non-Involvement in Serious Organised Crime\nTenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30717. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nAs part of the Technical Criteria, Tenders are required to provide an outline of all Community Benefits that can be offered in relation to the Contract. Please see tender pack for further information\n(SC Ref:818121)",
"id": "081576-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818121",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-05f2e7",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G40 4EH",
"region": "UKM",
"streetAddress": "2 French Street, Dalmarnock"
},
"contactPoint": {
"email": "stuart.newton@scotland.police.uk",
"name": "Stuart Newton",
"telephone": "+44 3004248662",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
"classifications": [
{
"description": "Body governed by public law",
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE"
},
{
"description": "Public order and safety",
"id": "03",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
},
"id": "GB-FTS-163120",
"identifier": {
"legalName": "Scottish Police Authority"
},
"name": "Scottish Police Authority",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"streetAddress": "1 Carlton Place"
},
"id": "GB-FTS-3525",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2026-01-12T12:00:00Z"
},
"bidOpening": {
"date": "2026-01-12T12:00:00Z"
},
"classification": {
"description": "Administration services",
"id": "75100000",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true,
"performanceTerms": "Please see tender documentation."
},
"coveredBy": [
"GPA"
],
"description": "Police Scotland currently have in place back-office services with two separate Suppliers, due to expire within the next 12 months. Police Scotland require a single Supplier to migrate all chargers from existing Contract to a new single Contract.\nPolice Scotland require a Supplier to provide a Single Back-Office Solution for the Police Scotland EV Charging Infrastructure; this will involve transitioning groups of chargers from these current solutions as well as adding any newly installed chargers added to the Estate during the Contract term, placed immediately on to this new Contract.",
"hasRecurrence": true,
"id": "PROC 25-2902",
"items": [
{
"additionalClassifications": [
{
"description": "Chargers",
"id": "31158000",
"scheme": "CPV"
},
{
"description": "Electricity",
"id": "09310000",
"scheme": "CPV"
},
{
"description": "Electric vehicles",
"id": "34144900",
"scheme": "CPV"
},
{
"description": "Electrical equipment for engines and vehicles",
"id": "31610000",
"scheme": "CPV"
},
{
"description": "Software-related services",
"id": "72260000",
"scheme": "CPV"
},
{
"description": "Energy-management services",
"id": "71314200",
"scheme": "CPV"
},
{
"description": "Electrical supplies and accessories",
"id": "31680000",
"scheme": "CPV"
},
{
"description": "Billing system",
"id": "48444100",
"scheme": "CPV"
},
{
"description": "System maintenance services",
"id": "50324100",
"scheme": "CPV"
},
{
"description": "Electricity distribution and related services",
"id": "65300000",
"scheme": "CPV"
},
{
"description": "Maintenance of information technology software",
"id": "72267100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "40",
"name": "Quality",
"type": "quality"
},
{
"description": "60",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1800
},
"description": "Police Scotland currently have in place back-office services with two separate Suppliers, due to expire within the next 12 months. Police Scotland require a single Supplier to migrate all chargers from existing Contracts to a new single Contract.\nPolice Scotland require a Supplier to provide a Single Back-Office Solution for the Police Scotland EV Charging Infrastructure; this will involve transitioning groups of chargers from these current solutions as well as adding any newly installed chargers added to the Estate during the Contract term, placed immediately on to this new Contract.\nThe Back Office functionality must provide a solution to manage the Authority\u2019s electric vehicle charging infrastructure to allow control, visibility and development of the back-office solution. Software supplied must be able to provide data in-line with a standard back office system as well as allow utilisation of data as detailed within the Back Office section above. Software must provide charge point management software. Including live monitoring of charge point network, including charge sessions, access controls, management of tariffs and payments, maintenance and reporting.\nFurther information can be found within the Schedule of Requirements within the ITT document.",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The contract period is initially for three (3) years, with the option to extend for 2 further 12 month periods. Further detail is contained within Tender pack."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"mainProcurementCategory": "services",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"description": "At expiry points of the contract i.e. if not extended - 6 months prior to the end of year 3, year 4, or if all extensions are taken, then retender within year 4 to align with expiry."
},
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "SPD Question 4A.1 Trade Registers\nIt 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\u2019s satisfaction that they are trading from the address provided in the tender and under the company name given.\nTenderers within the UK must confirm if they are registered under Companies House within this question.\nIf 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": "suitability"
},
{
"appliesTo": [
"supplier"
],
"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:\nSPD Question 4B5 Insurances\nEmployers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.\nPublic \u0026 Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims (Public Liability) and 5 million GBP in respect of each claim without limit to the number of claims (Product Liability).\nProfessional Indemnity Insurance = 2 million GBP in in the annual aggregate with one automatic reinstatement.\nCyber Liability Insurance = 1 million GBP in in the annual aggregate with one automatic reinstatement.\nMinimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.\nDocumentation 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.\nSPD Question 4B6 Financial Standing:\nThe 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\u2019s 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.\nWithin 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.\nIf 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\u2019s responsibility to ensure that the information held by Credit Safe is accurate and up to date.\nFor 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.\nTenderers 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.\nIMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"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.\nThe below requirements will be requested during the tender process:\nSPD Question 4C.1.2 Technical and Professional Ability\nWith reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the Tenderer in the last 3 years and must be similar value to the contract being procured.\nTenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for Back-Office Solution for the Police Scotland EV Charging Infrastructure .\nTwo (2) examples of the provision of similar services may be requested and must be from within the last 3 years for services.\nIf Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.\nIf available, copies of completion certificates or customers\u0027 written declaration which validates the examples you have provided.\nGuidance\nIf 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.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 180
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-12T12:00:00Z"
},
"title": "PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure",
"value": {
"amount": 836000,
"currency": "GBP"
}
}
}