Tender

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

SCOTTISH POLICE AUTHORITY

This public procurement record has 1 release in its history.

Tender

04 Mar 2026 at 14:49

Summary of the contracting process

Police Scotland has initiated a tender process seeking a supplier for a back-office solution to support its EV (electric vehicle) charging infrastructure. The contract involves transitioning existing chargers to a single contract and managing newly installed chargers throughout the contract term. Taking place in the United Kingdom, specifically in the region of Scotland (UKM), the procurement process is managed by the Scottish Police Authority, a public body governed by law. The tender is categorised under administration services, with auxiliary classifications including chargers, electricity, and software-related services. The procurement stage is currently active, with submission closing on 7th April 2026. The open procedure method invites interested parties to submit electronic proposals, ensuring compliance with statutory obligations, such as equality, diversity, and living wage conditions.

This tender presents significant business growth opportunities for suppliers specialising in administration, software-related services, electrical equipment, and energy management. Businesses experienced in providing back-office solutions for complex infrastructure projects are well-suited for this opportunity. The contract duration of up to five years offers the potential for long-term engagement, subject to performance. The ability to demonstrate strong financial stability, insurance coverage, and technical capability, as well as adherence to SPD requirements, will be crucial for competing businesses. With a focus on quality and price, this project offers an excellent opportunity for suppliers to establish a strategic partnership with Police Scotland, particularly those capable of delivering innovative solutions to optimise and manage a large-scale EV charging network.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

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

Notice 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 Information

Lot 1

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066241
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019546-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

31 - Electrical machinery, apparatus, equipment and consumables; lighting

34 - Transport equipment and auxiliary products to transportation

48 - Software package and information systems

50 - Repair and maintenance services

65 - Public utilities

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

75 - Administration, defence and social security services


CPV Codes

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

75100000 - Administration services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Mar 20261 weeks ago
Submission Deadline
7 Apr 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
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.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G40 4EH
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Calton
Westminster Constituency
Glasgow East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-066241-2026-03-04T14:49:13Z",
    "date": "2026-03-04T14:49:13Z",
    "ocid": "ocds-h6vhtk-066241",
    "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. 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 31324. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:825529)",
    "initiationType": "tender",
    "tender": {
        "id": "PROC 26-3336",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PROC 26-3336 Back-Office Solution for the Police Scotland EV Charging Infrastructure",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75100000",
            "description": "Administration services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "lots": [
            {
                "id": "1",
                "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09310000",
                        "description": "Electricity"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31610000",
                        "description": "Electrical equipment for engines and vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314200",
                        "description": "Energy-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31680000",
                        "description": "Electrical supplies and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48444100",
                        "description": "Billing system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50324100",
                        "description": "System maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65300000",
                        "description": "Electricity distribution and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267100",
                        "description": "Maintenance of information technology software"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "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: 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "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. 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Please see tender documentation.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-04-07T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2026-04-07T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2026-04-07T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "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."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-163120",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "2 French Street, Dalmarnock",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G40 4EH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Stuart Newton",
                "telephone": "+44 3004248662",
                "email": "stuart.newton@scotland.police.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.spa.police.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "03",
                        "scheme": "COFOG",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3525",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-163120",
        "name": "Scottish Police Authority"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000825529"
        }
    ],
    "language": "en"
}