Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Vehicle Charging Infrastructure Solutions (VCIS)

  • First published: 10 April 2020
  • Last modified: 10 April 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
10 April 2020
Deadline date:
07 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The supplier shall have the ability to provide vehicle charging infrastructure products and services to central government and organisations across the wider public sector.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://supplierregistration.cabinetoffice.gov.uk/dps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierregistration.cabinetoffice.gov.uk/dps


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Public Procurement

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Vehicle Charging Infrastructure Solutions (VCIS)

Reference number: RM6213

II.1.2) Main CPV code

31158000

 

II.1.3) Type of contract

Services

II.1.4) Short description

CCS is setting up a dynamic purchasing system and is inviting bidders to request to participate in the VCIS DPS. This will provide central government and wider public sector departments the opportunity to procure an extensive range of vehicle charging products and services.The three (3) distinct elements of the DPS service filters which are:

(i) Buyer funded,

(ii) supplier funded, and

(iii) funding route to be decided, where the Buyer requires consultancy and feasibility services to determine which funding option would be most appropriate/available to them. If you are successfully appointed to the DPS following your submission you will be invited by customers (Buyers) to submit tenders for relevant services through a call for competition. This DPS remains open for any supplier to request to participate throughout its 48 month duration. CCS reserve the right to reduce, extend or terminate the DPS period at any time during its lifetime in accordance with the terms set out in the DPS Agreement.

II.1.5) Estimated total value

Value excluding VAT: 450 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

09310000

09331000

14213200

24111600

30162000

30163000

30237280

31000000

31158000

31158100

31600000

31610000

31680000

31681000

31681400

31681500

32510000

34000000

34144900

34300000

34900000

34920000

34923000

34996300

38730000

38731000

42992000

45000000

45200000

45213312

45223300

45230000

45233120

45233270

45233290

45233291

45310000

45314300

45315300

45317000

48000000

50000000

50200000

50324100

50532000

50800000

51000000

51100000

51110000

51214000

63712000

63712600

65000000

65400000

71000000

71240000

71241000

71242000

71243000

71244000

71245000

71311200

71322500

71530000

71600000

72224000

72267100

72268000

79418000

98351100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK.

II.2.4) Description of the procurement

The supplier shall have the ability to provide vehicle charging infrastructure products and services to central government and organisations across the wider public sector.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM6213 Vehicle Charging Infrastructure Solution DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6213 — Vehicle Charging Infrastructure Solutions DPS. The procurement bid pack and registration details can be accessed via the following URL address: https://supplierregistration.cabinetoffice.gov.uk/dps and clicking on Vehicle Charging Infrastructure.

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6213 — Vehicle Charging Infrastructure Solutions DPS Agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following youtube generic guide: https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0

Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) contract notice authorised customer list;

2) rights reserved for CCS DPS Agreement.

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/12d7b658-5922-439b-9e64-43ada0625c6e

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/04/2024

Local time: 00:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The value provided in section II.1.5) is only an estimate. The authority cannot guarantee to suppliers any business through this DPS Agreement. The authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the customer be liable for any costs incurred by the suppliers;

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) may apply at the call for competition.

It is the suppliers responsibility to take your own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

On 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at:

https://www.gov.uk/government/publications/government-security-classifications.

Cyber essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the cyber essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by cyber essentials, for services under and in connection with this procurement.

VI.4) Procedures for review

VI.4.1) Review body

Crown Commercial Service

9th Floor The Capital, Old Hall Street

Liverpool

L3 9PP

UK

E-mail: info@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

08/04/2020

Coding

Commodity categories

ID Title Parent category
71245000 Approval plans, working drawings and specifications Architectural, engineering and planning services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
31158100 Battery chargers Chargers
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
98351100 Car park services Car park management services
30163000 Charge cards Magnetic cards
31158000 Chargers Ballasts for discharge lamps or tubes
71530000 Construction consultancy services Construction-related services
45000000 Construction work Construction and Real Estate
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
34996300 Control, safety or signalling equipment for parking facilities Control, safety or signalling equipment for roads
71243000 Draft plans (systems and integration) Architectural, engineering and planning services
34144900 Electric vehicles Special-purpose motor vehicles
31681000 Electrical accessories Electrical supplies and accessories
31681400 Electrical components Electrical accessories
31600000 Electrical equipment and apparatus Electrical machinery, apparatus, equipment and consumables; lighting
31610000 Electrical equipment for engines and vehicles Electrical equipment and apparatus
45310000 Electrical installation work Building installation work
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
31680000 Electrical supplies and accessories Electrical equipment and apparatus
09310000 Electricity Electricity, heating, solar and nuclear energy
45315300 Electricity supply installations Electrical installation work of heating and other electrical building-equipment
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
24111600 Hydrogen Hydrogen, argon, rare gases, nitrogen and oxygen
45233291 Installation of bollards Construction, foundation and surface works for highways, roads
45314300 Installation of cable infrastructure Installation of telecommunications equipment
45233290 Installation of road signs Construction, foundation and surface works for highways, roads
51000000 Installation services (except software) Other Services
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
51214000 Installation services of parking meter equipment Installation services of measuring equipment
72267100 Maintenance of information technology software Software maintenance and repair services
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
34900000 Miscellaneous transport equipment and spare parts Transport equipment and auxiliary products to transportation
45317000 Other electrical installation work Electrical installation work
65400000 Other sources of energy supplies and distribution Public utilities
45223300 Parking lot construction work Structures construction work
38730000 Parking meters Time registers and the like; parking meters
45233270 Parking-lot-surface painting work Construction, foundation and surface works for highways, roads
34300000 Parts and accessories for vehicles and their engines Transport equipment and auxiliary products to transportation
30237280 Power supply accessories Parts, accessories and supplies for computers
79418000 Procurement consultancy services Business and management consultancy services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
65000000 Public utilities Other Services
31681500 Rechargers Electrical accessories
50000000 Repair and maintenance services Other Services
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
45233120 Road construction works Construction, foundation and surface works for highways, roads
34920000 Road equipment Miscellaneous transport equipment and spare parts
34923000 Road traffic-control equipment Road equipment
30162000 Smart cards Magnetic cards
48000000 Software package and information systems Computer and Related Services
72268000 Software supply services Software-related services
09331000 Solar panels Solar energy
42992000 Special-purpose electrical goods Miscellaneous special-purpose machinery
63712000 Support services for road transport Support services for land transport
50324100 System maintenance services Support services of personal computers
14213200 Tarmac Macadam, tarmac and tar sands
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
38731000 Token meters Parking meters
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services
71311200 Transport systems consultancy services Civil engineering consultancy services
63712600 Vehicle refuelling services Support services for road transport
32510000 Wireless telecommunications system Telecommunications equipment and supplies
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.