Opportunity

Vehicle Charging Infrastructure Solutions (VCIS)

  • Crown Commercial Service

F02: Contract notice

Notice reference: 2024/S 000-010589

Published 2 April 2024, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vehicle Charging Infrastructure Solutions (VCIS)

Reference number

RM6213

two.1.2) Main CPV code

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.1.3) Type of contract

Supplies

two.1.4) Short 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.

two.1.5) Estimated total value

Value excluding VAT: £450,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 09331000 - Solar panels
  • 14213200 - Tarmac
  • 24111600 - Hydrogen
  • 30162000 - Smart cards
  • 30163000 - Charge cards
  • 30237280 - Power supply accessories
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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. 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.

two.2.5) Award criteria

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

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

Duration in months

24

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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional 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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 Solution DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address

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

and clicking on the Vehicle Charging Infrastructure link

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 Solution 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 and 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.

3) DPS Bid Pack

4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework 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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 072-173486

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

Date

7 April 2026

Local time

12:00am

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/