Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Police Authority
1 Pacific Quay, 2nd Floor
Glasgow
G51 1DZ
UK
Telephone: +44 1786895000
E-mail: procurementtenders@scotland.police.uk
NUTS: UKM82
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-24-2482 Forensic Services Core Operating System (COS)
Reference number: PROC-24-2482
II.1.2) Main CPV code
72268000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking to appoint a Contractor for the provision, delivery and implementation of a Forensic Services Core Operating System (COS).
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
72222300
72267100
72311100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Authority is seeking to appoint a Contractor for the provision, delivery and implementation of a Forensic Services Core Operating System (COS). The Contract Period will be for a minimum of eight (8) years with the option, held solely at the Authority’s discretion, to extend for a further period of two (2) twenty-four (24) month periods (8 years + 2 + 2) up to twelve (12) years in total. The actual commencement date of the Contract will not be known until Contract Award.
Forensic Services requires an effective case, evidence and laboratory information management system which allows our people to focus on the specialist forensic and support activity required for delivery of examination outcomes in timeframes which bring real value for our criminal justice partners and the wider Scottish public.
The scope includes implementation services, including support with significant data migration from existing Tier 1 systems, as well as ongoing support and maintenance.
This procurement is for a new Forensic Services Core Operating System.
Further information is provided within the ITP document, available on PCS-T.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
A period of two (2) twenty-four (24) month periods (8 years + 2 + 2) up to twelve (12) years in total.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Police Scotland reserve the right to purchase additional goods and services which offer ongoing improvements to the operational solution and to cater for the emergence of new and evolving technologies which could enhance the solution and/or the provision of the Services. Any such changes will be progressed through the Contract Variation process in accordance
with Regulation 72 of the Public Contract (Scotland) Regulations 2015.
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:
Please note, the relevant selection criteria will be included in the SPD module.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please note, the relevant selection criteria will be included in the SPD module.
Minimum level(s) of standards required:
Please note, the relevant selection criteria will be included in the SPD module.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please note, the relevant selection criteria will be included in the SPD module.
Minimum level(s) of standards required:
Please note, the relevant selection criteria will be included in the SPD module.
III.2) Conditions related to the contract
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
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-032700
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/11/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
11/12/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=807876.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Full information on this is provided within the Tender Documents.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6713. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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 our commitment to delivery social value through public procurement, please describe how your organisation will support employment and skills development opportunities as a direct result of being awarded this contract.
Detail how you will create opportunities for:
- The employment of recent graduates
- Provision of graduate-level placements
- Upskilling or training programmes linked to the delivery of this contract
Your response should include:
- Specific targets or commitments (e.g. number of graduates employed, duration of placements
- The timeframe for implementation
- Any partnerships with local education providers or employment schemes.
(SC Ref:813865)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
Glasgow
UK
VI.5) Date of dispatch of this notice
28/10/2025