Buyer Name: Scottish Police Authority
Buyer Address: 2 French Street, Dalmarnock, Glasgow, UKM, G40 4EH
Contact Name: Craig Richardson
Contact Email: craig.richardson@scotland.police.uk
Contact Telephone: +44 1786895668
Buyer Name: Scottish Police Authority
Buyer Address: 2 French Street, Dalmarnock, Glasgow, UKM, G40 4EH
Contact Name: Craig Richardson
Contact Email: craig.richardson@scotland.police.uk
Contact Telephone: +44 1786895668
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.
Some PCS documents require login and recording interest on the source portal before download links are available.
No linked documents found for this notice.
External Link: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR550948
Link Title: PROC 26-3336 Back-Office Solution for the Police Scotland EV Charging Infrastructure
Link 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. 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.
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 Authorityâs 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
Document Title: PROC 26-3336 Back-Office Solution for the Police Scotland EV Charging Infrastructure
Document 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. 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.
{
"buyer": {
"id": "org-31",
"name": "Scottish Police Authority"
},
"date": "2026-03-04T00:00:00Z",
"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.\r\n SPD Question 4C.12 Quality Control Requirements as defined within the SPD on PCST\r\n SPD Question 4D.1 Quality Assurance/Health and Safety Requirements as defined within the SPD on PCST\r\n Living Wage\r\n 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.\r\n Equality and Diversity\r\n Tenderers will be required to comply with the statutory obligations under the Equality Act 2010.\r\n Declaration of Non-Involvement in Serious Organised Crime\r\n Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime\r\n The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31324. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n (SC Ref:825529)",
"id": "rls-33-MAR550948",
"initiationType": "tender",
"language": "EN",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000825529",
"rel": "canonical"
}
],
"ocid": "ocds-r6ebe6-0000825529",
"parties": [
{
"address": {
"locality": "Glasgow",
"postalCode": "G40 4EH",
"region": "UKM",
"streetAddress": "2 French Street, Dalmarnock"
},
"contactPoint": {
"email": "craig.richardson@scotland.police.uk",
"name": "Craig Richardson",
"telephone": "+44 1786895668",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
},
{
"description": "Public order and safety",
"id": "03",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
},
"id": "org-31",
"identifier": {
"legalName": "Scottish Police Authority"
},
"name": "Scottish Police Authority",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"locality": "Glasgow",
"postalCode": "G5 9TW",
"streetAddress": "1 Carlton Place"
},
"contactPoint": {
"telephone": "+44 1414298888",
"url": "http://"
},
"id": "org-11",
"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": "2026-04-07T12:00:00Z"
},
"bidOpening": {
"date": "2026-04-07T12:00:00Z"
},
"classification": {
"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.\r\n 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.",
"documents": [
{
"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.\r\n 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.",
"documentType": "contractNotice",
"format": "text/html",
"id": "MAR550948",
"title": "PROC 26-3336 Back-Office Solution for the Police Scotland EV Charging Infrastructure",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR550948"
}
],
"hasRecurrence": true,
"id": "PROC 26-3336",
"items": [
{
"additionalClassifications": [
{
"id": "31158000",
"scheme": "CPV"
},
{
"id": "09310000",
"scheme": "CPV"
},
{
"id": "34144900",
"scheme": "CPV"
},
{
"id": "31610000",
"scheme": "CPV"
},
{
"id": "72260000",
"scheme": "CPV"
},
{
"id": "71314200",
"scheme": "CPV"
},
{
"id": "31680000",
"scheme": "CPV"
},
{
"id": "48444100",
"scheme": "CPV"
},
{
"id": "50324100",
"scheme": "CPV"
},
{
"id": "65300000",
"scheme": "CPV"
},
{
"id": "72267100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "60",
"name": "Quality",
"type": "quality"
},
{
"description": "40",
"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.\r\n 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.\r\n The Back Office functionality must provide a solution to manage the Authority\u00e2\u0080\u0099s 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.\r\n Further 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": [
{
"description": "SPD Question 4A.1 Trade Registers\r\n 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\u00e2\u0080\u0099s satisfaction that they are trading from the address provided in the tender and under the company name given.\r\n Tenderers within the UK must confirm if they are registered under Companies House within this question.\r\n 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": "suitability"
},
{
"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:\r\n SPD Question 4B5 Insurances\r\n Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.\r\n Public \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).\r\n Professional Indemnity Insurance = 2 million GBP in in the annual aggregate with one automatic reinstatement.\r\n Cyber Liability Insurance = 1 million GBP in in the annual aggregate with one automatic reinstatement.\r\n Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.\r\n 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.\r\n SPD Question 4B6 Financial Standing:\r\n 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\u00e2\u0080\u0099s 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.\r\n 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.\r\n 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\u00e2\u0080\u0099s responsibility to ensure that the information held by Credit Safe is accurate and up to date.\r\n 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.\r\n 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.\r\n 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": "economic"
},
{
"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.\r\n The below requirements will be requested during the tender process:\r\n SPD Question 4C.1.2 Technical and Professional Ability\r\n With 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.\r\n Tenderer`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 .\r\n Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years for services.\r\n If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.\r\n If available, copies of completion certificates or customers\u0027 written declaration which validates the examples you have provided.\r\n Guidance\r\n 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.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 180
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-07T12:00:00Z"
},
"title": "PROC 26-3336 Back-Office Solution for the Police Scotland EV Charging Infrastructure"
}
}