Notice Information
Notice Title
PROC 25-2902 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000818121
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548741
- 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
- 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
- £836,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Feb 20262 weeks ago
- Submission Deadline
- 12 Jan 2026Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Feb 20262 weeks ago
- 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
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Ibragim Ismailov, Stuart Newton
- Contact Email
- procurementtenders@scotland.police.uk, stuart.newton@scotland.police.uk
- Contact Phone
- +44 1786895668, +44 3004248662
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC545361
PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure - 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. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548741
PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure - 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.
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-r6ebe6-0000818121-2026-02-04T00:00:00Z",
"date": "2026-02-04T00:00:00Z",
"ocid": "ocds-r6ebe6-0000818121",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "2 French Street, Dalmarnock",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G40 4EH"
},
"contactPoint": {
"name": "Ibragim Ismailov",
"email": "procurementtenders@scotland.police.uk",
"telephone": "+44 1786895668",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-30",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"telephone": "+44 1414298888",
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-8",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "2 French Street, Dalmarnock",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G40 4EH"
},
"contactPoint": {
"name": "Stuart Newton",
"email": "stuart.newton@scotland.police.uk",
"telephone": "+44 3004248662",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-70",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "2 French Street, Dalmarnock",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G40 4EH"
},
"contactPoint": {
"name": "Stuart Newton",
"email": "stuart.newton@scotland.police.uk",
"telephone": "+44 3004248662",
"url": "http://"
},
"roles": [
"buyer"
],
"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-14",
"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"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-70"
},
"tender": {
"id": "PROC 25-2902",
"title": "PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure",
"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.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "31158000",
"scheme": "CPV"
},
{
"id": "09310000",
"scheme": "CPV"
},
{
"id": "34144900",
"scheme": "CPV"
},
{
"id": "31610000",
"scheme": "CPV"
},
{
"id": "72260000",
"scheme": "CPV"
},
{
"id": "71314200",
"scheme": "CPV"
},
{
"id": "31680000",
"scheme": "CPV"
},
{
"id": "48444100",
"scheme": "CPV"
},
{
"id": "50324100",
"scheme": "CPV"
},
{
"id": "65300000",
"scheme": "CPV"
},
{
"id": "72267100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 836000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2026-01-12T12:00:00Z"
},
"awardPeriod": {
"startDate": "2026-01-12T12:00:00Z"
},
"documents": [
{
"id": "DEC545361",
"documentType": "contractNotice",
"title": "PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure",
"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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC545361",
"format": "text/html"
},
{
"id": "FEB548741",
"documentType": "awardNotice",
"title": "PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure",
"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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548741",
"format": "text/html"
}
],
"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.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
},
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"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."
}
}
],
"bidOpening": {
"date": "2026-01-12T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please see tender documentation."
},
"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."
},
{
"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."
},
{
"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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "75100000",
"scheme": "CPV"
},
"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."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-8",
"description": "Extra time to allow for festive break. Q&A must be submitted no later than 12th Jan at 12 noon. Thanks",
"unstructuredChanges": [
{
"oldValue": {
"date": "2026-01-12T12:00:00Z"
},
"newValue": {
"date": "2026-01-16T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2026-01-12T12:00:00Z"
},
"newValue": {
"date": "2026-01-16T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"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 (SC Ref:822627)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818121"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818121"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000818121"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PROC 25-2902",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2025/S 000-081576"
}
]
}