Notice Information
Notice Title
PROC 23 2018 - Provision of Technical Support Services & Electrical Advice for the Installation of EV Charging Infrastructure
Notice Description
Police Scotland commenced its EV infrastructure programme in September 2020 and have set an ambitious vision to become the first emergency service within the UK to have an Ultra-Low Emission Vehicle (ULEV) Fleet by 2030. The Authority is seeking to appoint a single Contractor to deliver key support and advice for technical install aspects of the proposed installations and Distribution Network Operators (DNO) works carried out by the Authority's appointed EV Infrastructure Contractor and their nominated sub-contractors. This contract shall support the Authority's Estates team.
Lot Information
Lot 1
Open Tender FTS
Renewal: Contract Duration: 3 years (+1year)(+1year) The contract shall be renewed at the end of the contract period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000731091
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB499706
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71311000 - Civil engineering consultancy services
71311300 - Infrastructure works consultancy services
71314100 - Electrical services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £237,702 £100K-£500K
Notice Dates
- Publication Date
- 28 Feb 20241 years ago
- Submission Deadline
- 12 Jun 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Jan 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Contract Duration is 3 years (+1year)(+1year) The contract shall be re-tendered at the end of the contract period
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Not specified
- Contact Email
- charlotte.reid@scotland.police.uk, david.boyce@scotland.pnn.police
- Contact Phone
- +44 1786895668
Buyer Location
- Locality
- GLASGOW
- Postcode
- G51 1DZ
- 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
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Govan
- Westminster Constituency
- Glasgow South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY477678
PROC 23 2018 - Provision of Technical Support Services & Electrical Advice for the Installation of EV Charging Infrastructure - Police Scotland commenced its EV infrastructure programme in September 2020 and have set an ambitious vision to become the first emergency service within the UK to have an Ultra-Low Emission Vehicle (ULEV) Fleet by 2030. The Authority is seeking to appoint a single Contractor to deliver key support and advice for technical install aspects of the proposed installations and Distribution Network Operators (DNO) works carried out by the Authority's appointed EV Infrastructure Contractor and their nominated sub-contractors. This contract shall support the Authority's Estates team. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB499706
PROC 23 2018 - Provision of Technical Support Services & Electrical Advice for the Installation of EV Charging Infrastructure - Police Scotland commenced its EV infrastructure programme in September 2020 and have set an ambitious vision to become the first emergency service within the UK to have an Ultra-Low Emission Vehicle (ULEV) Fleet by 2030. The Authority is seeking to appoint a single Contractor to deliver key support and advice for technical install aspects of the proposed installations and Distribution Network Operators (DNO) works carried out by the Authority's appointed EV Infrastructure Contractor and their nominated sub-contractors. This contract shall support the Authority's Estates team.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000731091-2024-02-28T00:00:00Z",
"date": "2024-02-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000731091",
"initiationType": "tender",
"parties": [
{
"id": "org-132",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "Charlotte.Reid@scotland.police.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-128",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-1",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "david.boyce@scotland.pnn.police",
"telephone": "+44 1786895668",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-53",
"name": "Milne's Property Services",
"identifier": {
"legalName": "Milne's Property Services"
},
"address": {
"streetAddress": "Westgate Cottage, Carslogie Road",
"locality": "Cupar",
"region": "UKM72",
"postalCode": "KY15 4HY"
},
"contactPoint": {
"telephone": "+44 7757723774"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-2",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-1"
},
"tender": {
"id": "PROC 23 2018",
"title": "PROC 23 2018 - Provision of Technical Support Services & Electrical Advice for the Installation of EV Charging Infrastructure",
"description": "Police Scotland commenced its EV infrastructure programme in September 2020 and have set an ambitious vision to become the first emergency service within the UK to have an Ultra-Low Emission Vehicle (ULEV) Fleet by 2030. The Authority is seeking to appoint a single Contractor to deliver key support and advice for technical install aspects of the proposed installations and Distribution Network Operators (DNO) works carried out by the Authority's appointed EV Infrastructure Contractor and their nominated sub-contractors. This contract shall support the Authority's Estates team.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71311000",
"scheme": "CPV"
},
{
"id": "71311300",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2023-06-12T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-06-12T12:00:00Z"
},
"documents": [
{
"id": "MAY477678",
"documentType": "contractNotice",
"title": "PROC 23 2018 - Provision of Technical Support Services & Electrical Advice for the Installation of EV Charging Infrastructure",
"description": "Police Scotland commenced its EV infrastructure programme in September 2020 and have set an ambitious vision to become the first emergency service within the UK to have an Ultra-Low Emission Vehicle (ULEV) Fleet by 2030. The Authority is seeking to appoint a single Contractor to deliver key support and advice for technical install aspects of the proposed installations and Distribution Network Operators (DNO) works carried out by the Authority's appointed EV Infrastructure Contractor and their nominated sub-contractors. This contract shall support the Authority's Estates team.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY477678",
"format": "text/html"
},
{
"id": "FEB499706",
"documentType": "awardNotice",
"title": "PROC 23 2018 - Provision of Technical Support Services & Electrical Advice for the Installation of EV Charging Infrastructure",
"description": "Police Scotland commenced its EV infrastructure programme in September 2020 and have set an ambitious vision to become the first emergency service within the UK to have an Ultra-Low Emission Vehicle (ULEV) Fleet by 2030. The Authority is seeking to appoint a single Contractor to deliver key support and advice for technical install aspects of the proposed installations and Distribution Network Operators (DNO) works carried out by the Authority's appointed EV Infrastructure Contractor and their nominated sub-contractors. This contract shall support the Authority's Estates team.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB499706",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Open Tender FTS",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Contract Duration: 3 years (+1year)(+1year) The contract shall be renewed at the end of the contract period."
}
}
],
"bidOpening": {
"date": "2023-06-12T12:00:00Z",
"address": {
"streetAddress": "Electronically via Public Contract Scotland Tender"
},
"description": "Electronically via Public Contract Scotland Tender"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (70%) Cost - Category Weight (10%) Service - Category Weight (15%) Sustainability - Category Weight (5%) The above KPIs shall make up the Balanced Scorecard and will be used to score the Contractor's performance. The Contract Administrator and other relevant stakeholder shall score the Contractor against the expected results using the following scores. 4 - Exceeding Expectations (100) 3 - Meeting Expectations (75) 2 - Minor Concerns (50) 1 - Major Concerns (25) 0 - Not Performing (0) This shall take place using the Public Contract Scotland Tender Contract and Supplier Management portal yearly, half yearly or monthly depending on the overall risk status of the contract. The risk status shall be confirmed at Contract Award."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"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. SPD Question 4A.2 Authorisation/Membership Where it is required, within a Tenderer's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Tenderers must confirm if they hold the following authorisation or memberships: - CIBSE membership. - Individuals trained to current electrical regulations (18th edition)."
},
{
"type": "economic",
"description": "SPD Question 4B5 Insurances 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: -- Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. -- Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. -- Professional Indemnity Insurance = For anticipated work package values up to 10,000 GBP: ONE MILLION POUNDS STERLING (1,000,000 GBP); For anticipated work package values over 10,000 GBP: TWO MILLION POUNDS STERLING (2,000,000 GBP) in the aggregate To be maintained for the duration of the Contract and for 12 years from Completion of the whole of the services 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. EPD 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."
},
{
"type": "technical",
"description": "SPD Question 4C.1.2 Technical and Professional Ability: Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. 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. Two (2) examples of the provision of similar services will be requested and must be from within the last 3 years. 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."
},
{
"type": "technical",
"description": "Execution of the service is reserved to a particular profession"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-01-09T00:00:00Z"
}
},
"classification": {
"id": "71314100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Contract Duration is 3 years (+1year)(+1year) The contract shall be re-tendered at the end of the contract period"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic Operators Applicable to FTS Notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please refer to published contract notice document which provide details of the following: SPD Question 4C.12 Quality Control Requirements SPD Question 4D.1 Quality Assurance/Health and Safety Requirements Assessment of Employment Status Living Wage Equality and Diversity Declaration of Non-Involvement in Serious Organised Crime Subcontractor Detail Data Protection (SC Ref:759455)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731091"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731091"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PROC 23 2018-1",
"suppliers": [
{
"id": "org-53",
"name": "Milne's Property Services"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PROC 23 2018-1",
"awardID": "PROC 23 2018-1",
"status": "active",
"value": {
"amount": 237702.5,
"currency": "GBP"
},
"dateSigned": "2024-01-19T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2023/S 000-012633"
}
],
"bids": {
"statistics": [
{
"id": "104",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "105",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "106",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "107",
"measure": "foreignBidsFromNonEU",
"value": 4,
"relatedLot": "1"
},
{
"id": "108",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}