Back to contracts list

PROC 26-3336 Back-Office Solution for the Police Scotland EV Charging Infrastructure

Scottish Police Authority

Contract Information

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.

Value
null No value provided
Deadline
07/04/2026 (in a month)
Selection Criteria
  • Suitability
    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.
  • Economic
    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.
  • Technical
    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.
Documents attached
  • PROC 26-3336 Back-Office Solution for the Police Scotland EV Charging Infrastructure (contractNotice)text/html

Buyer Information

The primary buyer of this contract is Scottish Police Authority. There are 2 parties involved in this contract.

Buyer name
Scottish Police Authority
Party #1
Party #2
  • ID:
    org-4
  • Name:
    Glasgow Sheriff Court and Justice of the Peace Court (Glasgow Sheriff Court and Justice of the Peace Court)
  • Role:
    reviewBody
  • Address:
    1 Carlton Place Glasgow, G5 9DA
  • Contact point:
    Unknown contact name
    Email: Unknown email
    Phone: Unknown phone
    Website: http://

Metadata

Contract ID
rls-2-MAR550948
Open Contracting ID
ocds-r6ebe6-0000825529
Tender ID
PROC 26-3336
Buyer name
Scottish Police Authority
Parties involved
  • Scottish Police Authority
  • Glasgow Sheriff Court and Justice of the Peace Court
Value
null No value provided
Bid Opening Date
07/04/2026 (in a month)
Award start date
07/04/2026 (in a month)
Tender end date
07/04/2026 (in a month)
Procurement method
Open procedure
Procurement method details
Open procedure
Main procurement category
services
Submission method
electronicSubmission
Submission terms - language
en
Submission terms - bid validity period
Unknown bid validity period
Techniques - Has framework agreement
No
Techniques - Framework agreement maximum participants
Unknown maximum participants
Number of lots
1
Lot details (Maximum lots bid per supplier)
Unknown maximum lots bid per supplier
Communication channel
Unknown communication channel
Covered By
GPA
Legal basis
32014L0024
Legal basis scheme
CELEX
Classification (Primary)
75100000: Administration services (CPV)
Classification (Additional)
  • 09310000: Electricity
  • 31158000: Chargers
  • 31610000: Electrical equipment for engines and vehicles
  • 31680000: Electrical supplies and accessories
  • 34144900: Electric vehicles
  • 48444100: Billing system
  • 50324100: System maintenance services
  • 65300000: Electricity distribution and related services
  • 71314200: Energy-management services
  • 72260000: Software-related services
  • 72267100: Maintenance of information technology software