Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure

  • First published: 11 December 2025
  • Last modified: 11 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Scottish Police Authority
Authority ID:
AA22040
Publication date:
11 December 2025
Deadline date:
12 January 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Police Authority

2 French Street, Dalmarnock

Glasgow

G40 4EH

UK

Contact person: Stuart Newton

Telephone: +44 3004248662

E-mail: stuart.newton@scotland.police.uk

NUTS: UKM

Internet address(es)

Main address: http://www.spa.police.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure

Reference number: PROC 25-2902

II.1.2) Main CPV code

75100000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 836 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31158000

09310000

34144900

31610000

72260000

71314200

31680000

48444100

50324100

65300000

72267100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.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:

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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 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.

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.

III.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, 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.

Public & 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).

Professional Indemnity Insurance = 2 million GBP in in the annual aggregate with one automatic reinstatement.

Cyber Liability Insurance = 1 million GBP in in the annual aggregate with one automatic reinstatement.

Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.

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 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.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

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:

SPD Question 4C.1.2 Technical and Professional Ability

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.

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 .

Two (2) examples of the provision of similar services may 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.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please see tender documentation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/01/2026

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 12/01/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

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.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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.

SPD Question 4C.12 Quality Control Requirements as defined within the SPD on PCST

SPD Question 4D.1 Quality Assurance/Health and Safety Requirements as defined within the SPD on PCST

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

The 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

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

As 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

(SC Ref:818121)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

UK

VI.5) Date of dispatch of this notice

10/12/2025

Coding

Commodity categories

ID Title Parent category
75100000 Administration services Administration, defence and social security services
48444100 Billing system Accounting system
31158000 Chargers Ballasts for discharge lamps or tubes
34144900 Electric vehicles Special-purpose motor vehicles
31610000 Electrical equipment for engines and vehicles Electrical equipment and apparatus
31680000 Electrical supplies and accessories Electrical equipment and apparatus
09310000 Electricity Electricity, heating, solar and nuclear energy
65300000 Electricity distribution and related services Public utilities
71314200 Energy-management services Energy and related services
72267100 Maintenance of information technology software Software maintenance and repair services
72260000 Software-related services Software programming and consultancy services
50324100 System maintenance services Support services of personal computers

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
stuart.newton@scotland.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.