Vehicle Charging Infrastructure Solutions (VCIS)

A Tender Notice
by CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Dps (Supply)
Duration
2 year
Value
450M
Sector
INDUSTRIAL
Published
02 Apr 2024
Delivery
To 06 Apr 2028 (est.)
Deadline
07 Apr 2026 00:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

CCS has a dynamic purchasing system for Vehicle Charging Infrastructure Solutions. The agreement started on 08 April 2020 and was scheduled to end on 07 April 2024. This provides central government and wider public sector departments the opportunity to procure an extensive range of vehicle charging products and services. This notice advises that the DPS has been extended for up to 2 years (to 07 April 2026). The value in section II.1.5 has not been increased in line with the extension of the period of validity.

Total Quantity or Scope

The supplier shall have the ability to provide vehicle charging infrastructure products and services to central government and organisations across the wider public sector. This may be required under (i) Supplier funded routes (ii) Buyer funded routes, or (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.

Renewal Options

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.

CPV Codes

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

Indicators

  • Bids should cover the whole contract.
  • Renewals are available.
  • Professional qualifications are sought.
  • Award on basis of price and quality.

Other Information

The duration given in II.2.7 is the duration of the extension period. This is an extension of 24 months following the initial period of 48 months. This DPS has been extended for up to 24 months. The reasoning for this is continued demand for the products and services offered. The dynamic nature of the charging market means that further analysis is required prior to design and development of a replacement agreement. 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 Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. On 2.4.2014 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.

Reference

Domains