Notice Information
-
Notice Title
Colleague Engagement Platform
-
Notice Description
The Scottish Police Authority has a requirement to appoint a suitably qualified and experienced supplier for a Colleague Engagement Platform.
-
Lot Information
Lot 1
Police Scotland are currently inviting bids, from organisations with suitable expertise, experience and credibility to provide a dedicated colleague engagement platform. This platform will be critical in delivering our 2030 vision in enabling a thriving workforce, through sustained meaningful two-way dialogue with our workforce, of circa 23,000 colleagues across the country. We have committed to deliver an annual workforce survey to measure colleague feelings and feedback on what matters to them.
Options: The duration of the contract will be 4 (four) years with the option to extend the Contract for a further 3 (three) periods of up to 12 (twelve) months each at the sole discretion of the Authority.
Notice Details
-
Notice Details
- Open Contracting ID
-
ocds-r6ebe6-0000802673
- Publication Source
-
Public Contracts Scotland
- Latest Notice
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN533307
- Current Stage
-
Tender
- All Stages
-
Tender
- Notice Type
-
OJEU - F2 - Contract 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
-
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
- CPV Codes
-
48000000 - Software package and information systems
72416000 - Application service providers
-
Notice Value(s)
- Tender Value
-
£630,000 £500K-£1M
- Lots Value
-
Not specified
- Awards Value
-
Not specified
- Contracts Value
-
Not specified
-
Notice Dates
- Publication Date
-
25 Jun 20253 months ago
- Submission Deadline
-
25 Jul 2025Expired
- Future Notice Date
-
Not specified
- Award Date
-
Not specified
- Contract Period
-
Not specified - Not specified
- Recurrence
-
Not specified
-
Notice Status
- Tender Status
-
Active
- Lots Status
-
Active
- Awards Status
-
Not Specified
- Contracts Status
-
Not Specified
Buyer & Supplier
-
Contracting Authority (Buyer)
- Main Buyer
- Contact Name
-
Not specified
- Contact Email
-
jean.iyinikkel@scotland.police.uk
- Contact Phone
-
+44 1786895668
- 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
-
TLM Scotland
- Local Authority
-
Glasgow City
- Electoral Ward
-
Govan
- Westminster Constituency
-
Glasgow South West
Buyer Location
Further Information
-
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN533307
Colleague Engagement Platform - The Scottish Police Authority has a requirement to appoint a suitably qualified and experienced supplier for a Colleague Engagement Platform.
-
-
Notice URLs
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-r6ebe6-0000802673-2025-06-25T00:00:00Z",
"date": "2025-06-25T00:00:00Z",
"ocid": "ocds-r6ebe6-0000802673",
"initiationType": "tender",
"parties": [
{
"id": "org-41",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "jean.iyinikkel@scotland.police.uk",
"telephone": "+44 1786895668",
"url": "http://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-35",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-41"
},
"tender": {
"id": "PROC-24-2754",
"title": "Colleague Engagement Platform",
"description": "The Scottish Police Authority has a requirement to appoint a suitably qualified and experienced supplier for a Colleague Engagement Platform.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "48000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 630000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-07-25T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-07-25T12:00:00Z"
},
"documents": [
{
"id": "JUN533307",
"documentType": "contractNotice",
"title": "Colleague Engagement Platform",
"description": "The Scottish Police Authority has a requirement to appoint a suitably qualified and experienced supplier for a Colleague Engagement Platform.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN533307",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Police Scotland are currently inviting bids, from organisations with suitable expertise, experience and credibility to provide a dedicated colleague engagement platform. This platform will be critical in delivering our 2030 vision in enabling a thriving workforce, through sustained meaningful two-way dialogue with our workforce, of circa 23,000 colleagues across the country. We have committed to deliver an annual workforce survey to measure colleague feelings and feedback on what matters to them.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"options": {
"description": "The duration of the contract will be 4 (four) years with the option to extend the Contract for a further 3 (three) periods of up to 12 (twelve) months each at the sole discretion of the Authority."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2025-07-25T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "SPD Question 4B5 Insurances SPD Question 4B6 Financial Standing",
"minimum": "SPD Question 4B5 Insurances: Bidders require to confirm they are already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Professional Indemnity Insurance = 2 million GBP in respect of each claim and in the aggregate. 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 ESPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (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": "Part 4C: Services Part 4C: Quality Control",
"minimum": "Minimum number of relevant examples: Your examples should be from within the last 3 years. A minimum of 1 and a maximum of 2 examples should be provided. Requirement: 'It's a mandatory requirement of the tender that bidders are able evidence that the Mark Enhancement Workstation kits/instruments proposed in response to this tender have been used by other forensic science providers in this regard, Tenderers should provide details of reference point(s) that have used their digital capture system for use in the capture and onward transmission of fingerprints recovery.'"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "72416000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29552. For more information see: http://www.publiccontractsscotland.gov.uk A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29552. 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: It has become clear that there is scope within the EU legal framework which applies to public Contracts, to use Contracts to deliver wider social benefits such as: - Targeted recruitment and training (providing employment and training opportunities/apprenticeships); - SME and social enterprise development; - Community engagement; 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 note any Community Benefits offered shall be monitored throughout the Contract period to ensure delivery. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20297. 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: It has become clear that there is scope within the EU legal framework which applies to public Contracts, to use Contracts to deliver wider social benefits such as: - Targeted recruitment and training (providing employment and training opportunities/apprenticeships); - SME and social enterprise development; - Community engagement; 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 note any Community Benefits offered shall be monitored throughout the Contract period to ensure delivery. (SC Ref:802673)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000802673"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}