Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure

  • Cyhoeddwyd gyntaf: 11 Rhagfyr 2025
  • Wedi'i addasu ddiwethaf: 11 Rhagfyr 2025
  • Fersiwn: N/A
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Scottish Police Authority
ID Awudurdod:
AA22040
Dyddiad cyhoeddi:
11 Rhagfyr 2025
Dyddiad Cau:
12 Ionawr 2026
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scottish Police Authority

2 French Street, Dalmarnock

Glasgow

G40 4EH

UK

Person cyswllt: Stuart Newton

Ffôn: +44 3004248662

E-bost: stuart.newton@scotland.police.uk

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.spa.police.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Trefn a diogelwch cyhoeddus

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

PROC 25-2902 Back-Office Solution for the Police Scotland EV Charging Infrastructure

Cyfeirnod: PROC 25-2902

II.1.2) Prif god CPV

75100000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 836 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

31158000

09310000

34144900

31610000

72260000

71314200

31680000

48444100

50324100

65300000

72267100

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Price / Pwysoliad:  60

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

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.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

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.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Please see tender documentation.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 12/01/2026

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 12/01/2026

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

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.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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 30717. 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:

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 see tender pack for further information

(SC Ref:818121)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

10/12/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34144900 Cerbydau trydan Eitemau dodrefnu meddal arbenigol
31610000 Cyfarpar trydanol ar gyfer injans a cherbydau Cyfarpar ac offer trydanol
31680000 Cyflenwadau ac ategolion trydanol Cyfarpar ac offer trydanol
72267100 Cynnal a chadw meddalwedd technoleg gwybodaeth Gwasanaethau cynnal a chadw ac atgyweirio meddalwedd
65300000 Dosbarthu trydan a gwasanaethau cysylltiedig Cyfleustodau cyhoeddus
50324100 Gwasanaethau cynnal a chadw systemau Gwasanaethau cymorth cyfrifiaduron personol
75100000 Gwasanaethau gweinyddu Gwasanaethau gweinyddu, amddiffyn a nawdd cymdeithasol
71314200 Gwasanaethau rheoli ynni Ynni a gwasanaethau cysylltiedig
72260000 Gwasanaethau sy’n gysylltiedig â meddalwedd Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
31158000 Gwefrwyr Balast ar gyfer lampau dadwefru
48444100 System filio System gyfrifyddu
09310000 Trydan Ynni trydan, gwres, solar a niwclear

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
stuart.newton@scotland.police.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.