← Back to opportunities

PROC 25-2984 Mobile Electric Vehicle Chargers and Associated Services

Scottish Police Authority

Buyer Contact Info

Buyer Name: Scottish Police Authority

Buyer Address: 1 Pacific Quay, 2nd Floor, Glasgow, UKM, G51 1DZ, United Kingdom

Contact Name: Stuart Newton

Contact Email: stuart.newton@scotland.police.uk

Contact Telephone: +44 3004248662

Status
active
Procedure
open
Value
n/a
Published
03 Jul 2025, 13:12
Deadline
07 Aug 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
34144900 - Electric vehicles
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Scottish Police Authority requires six (6) Electrical Vehicle Dual Port DC Chargers including applicable warranty, maintenance and back office packages. Additionally, five existing Kempower chargers will be brought under maintenance and back-office requirements during the Contract period.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: The Scottish Police Authority and Police Scotland (hereinafter referred to as “the Authority”) is currently implementing our EV Programme. The Authority requires six (6) Electrical Vehicle Dual Port DC Chargers to provide additional charging support while the programme is being rolled out. The Authority shall commit to purchasing six (6) units including applicable warranty, maintenance and back office packages. Additionally, five existing Kempower chargers will be brought under maintenance and back-office requirements during the Contract period. Should there be a requirement to purchase additional units during the contract, the Authority shall reserve the right to purchase additional units at the contracted rates up to a value of 525,000 GBP. This contract shall not exceed 525,000 GBP and shall terminate once it reaches this value or at the end of the contract period whichever comes first. No additional purchases, outside of the initial six (6) units are guaranteed during the Contract period.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Quality

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-2697",
    "name": "Scottish Police Authority"
  },
  "date": "2025-07-03T14:12:37+01:00",
  "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.\nSPD Question 4C.12 Quality Control Requirements as defined within the SPD on PCST\nSPD Question 4D.1 Quality Assurance/Health and Safety Requirements as defined within the SPD on PCST\nLiving Wage\nTenderers 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.\nEquality and Diversity\nTenderers will be required to comply with the statutory obligations under the Equality Act 2010.\nDeclaration of Non-Involvement in Serious Organised Crime\nTenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29580. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nIt 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:\n- Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)\n- SME and social enterprise development\n- Community engagement\nAs part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.\n(SC Ref:803043)",
  "id": "037133-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000803043",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-05585a",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Glasgow",
        "postalCode": "G51 1DZ",
        "region": "UKM",
        "streetAddress": "1 Pacific Quay, 2nd Floor"
      },
      "contactPoint": {
        "email": "stuart.newton@scotland.police.uk",
        "name": "Stuart Newton",
        "telephone": "+44 3004248662",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
        "classifications": [
          {
            "description": "Body governed by public law",
            "id": "BODY_PUBLIC",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "Public order and safety",
            "id": "03",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.spa.police.uk"
      },
      "id": "GB-FTS-2697",
      "identifier": {
        "legalName": "Scottish Police Authority"
      },
      "name": "Scottish Police Authority",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Glasgow",
        "postalCode": "G5 9DA",
        "streetAddress": "1 Carlton Place"
      },
      "id": "GB-FTS-3525",
      "identifier": {
        "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
      },
      "name": "Glasgow Sheriff Court and Justice of the Peace Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-08-07T12:00:00+01:00"
    },
    "bidOpening": {
      "date": "2025-08-07T12:00:00+01:00"
    },
    "classification": {
      "description": "Chargers",
      "id": "31158000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true,
      "performanceTerms": "As per the tender documentation"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Scottish Police Authority requires six (6) Electrical Vehicle Dual Port DC Chargers including applicable warranty, maintenance and back office packages. Additionally, five existing Kempower chargers will be brought under maintenance and back-office requirements during the Contract period.",
    "hasRecurrence": false,
    "id": "PROC 25-2984",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Electric vehicles",
            "id": "34144900",
            "scheme": "CPV"
          },
          {
            "description": "Petroleum products, fuel, electricity and other sources of energy",
            "id": "09000000",
            "scheme": "CPV"
          },
          {
            "description": "Chargers",
            "id": "31158000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical equipment for engines and vehicles",
            "id": "31610000",
            "scheme": "CPV"
          },
          {
            "description": "Battery chargers",
            "id": "31158100",
            "scheme": "CPV"
          },
          {
            "description": "Electrical equipment and apparatus",
            "id": "31600000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical supplies and accessories",
            "id": "31680000",
            "scheme": "CPV"
          },
          {
            "description": "Rechargers",
            "id": "31681500",
            "scheme": "CPV"
          },
          {
            "description": "Billing system",
            "id": "48444100",
            "scheme": "CPV"
          },
          {
            "description": "System maintenance services",
            "id": "50324100",
            "scheme": "CPV"
          },
          {
            "description": "Electricity distribution and related services",
            "id": "65300000",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance of information technology software",
            "id": "72267100",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "40",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "60",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1440
        },
        "description": "The Scottish Police Authority and Police Scotland (hereinafter referred to as \u201cthe Authority\u201d) is currently implementing our EV Programme.  The Authority requires six (6) Electrical Vehicle Dual Port DC Chargers to provide additional charging support while the programme is being rolled out.\nThe Authority shall commit to purchasing six (6) units including applicable warranty, maintenance and back office packages. Additionally, five existing Kempower chargers will be brought under maintenance and back-office requirements during the Contract period.\nShould there be a requirement to purchase additional units during the contract, the Authority shall reserve the right to purchase additional units at the contracted rates up to a value of 525,000 GBP.  This contract shall not exceed 525,000 GBP and shall terminate once it reaches this value or at the end of the contract period whichever comes first. No additional purchases, outside of the initial six (6) units are guaranteed during the Contract period.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The contract period is initially for 2 years, with the option to extend for 2 further 1 year periods. Further detail contained within Tender pack."
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "otherRequirements": {
      "requiresStaffNamesAndQualifications": true
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "SPD Question 4A.1 Trade Registers\nIt 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\u2019s satisfaction that they are trading from the address provided in the tender and under the company name given.\nTenderers within the UK must confirm if they are registered under Companies House within this question.\nIf 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": "suitability"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "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:\nSPD Question 4B5 Insurances\nEmployers (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.\nPublic 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.\nProduct Liability Insurance = 5 million GBP in respect of each claim and in the aggregate.  Tenderers may be required to provide a copy of their current Product Liability Insurance certificate.\nProfessional Liability Insurance = 2 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 Professional Liability Insurance certificate.\nMotor Vehicle Insurance = Minimum Third-Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.\nSPD Question 4B6 Financial Standing\nThe 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\u2019s 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.\nWithin 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.\nIf 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\u2019s responsibility to ensure that the information held by Credit Safe is accurate and up to date.\nFor 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.\nTenderers 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.\nIMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful.",
          "type": "economic"
        },
        {
          "appliesTo": [
            "supplier"
          ],
          "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.\nThe below requirements will be requested during the tender process:\nSPD Question 4C.1.2  Technical and Professional Ability\nWith reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years.\nRequirement: With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years and should be similar value to the contract being procured.\nTenderer`s are required to provide evidence of having the necessary capacity and capability to deliver the requirements for the provision of Mobile Electric Vehicle Chargers and Associated Services\nTwo (2) examples of the provision of similar services must be from within the last 3 years.\nIf Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.\nIf available, copies of completion certificates or customers\u0027 written declaration which validates the examples you have provided.\nGuidance\nIf 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"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 180
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-08-07T12:00:00+01:00"
    },
    "title": "PROC 25-2984 Mobile Electric Vehicle Chargers and Associated Services"
  }
}