Planning

Provision of LEVI Capital Project

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F01: Prior information notice (prior information only)

Notice identifier: 2025/S 000-017012

Procurement identifier (OCID): ocds-h6vhtk-050797

Published 25 April 2025, 12:43pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Other type

Suffolk County Council

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of LEVI Capital Project

Reference number

RM6213

two.1.2) Main CPV code

  • 60112000 - Public road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the Provision of LEVI Capital Project for use by Central Government and UK public sector bodies.

This procurement is for the provision, maintenance and operation of supplier-funded (with support from SCC's Local Electric Vehicle Infrastructure Capital grant funding) electric vehicle chargepoints and associated services under a single concession contract, at locations in Suffolk. The focus of the required provision is on low-powered, on-street chargepoints to assist residents who cannot charge at home on a driveway or in a garage. The locations identified comprise public highways within the county's planning conservation areas, where a 'flat and flush' solution is required in order to maintain the historic character of the area. The term of the contract will be for 15 years with potential for a single 12 month extension.

We expect to issue an ITT in early/mid May 2025

two.1.5) Estimated total value

Value excluding VAT: £1,839,950

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31158000 - Chargers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is for the provision, maintenance and operation of supplier-funded (with support from SCC's Local Electric Vehicle Infrastructure Capital grant funding) electric vehicle chargepoints and associated services under a single concession contract, at locations in Suffolk. The focus of the required provision is on low-powered, on-street chargepoints to assist residents who cannot charge at home on a driveway or in a garage. The locations identified comprise public highways within the county's planning conservation areas, where a 'flat and flush' solution is required in order to maintain the historic character of the area. The term of the contract will be for 15 years with potential for a single 12 month extension.

This PIN does not however constitute a commitment by Suffolk County Council to commit to any procurement activity or award a contract but is to alert the market to some market engagement activity

The information in this PIN sets out the Cabinet Office’s current thinking in respect of this opportunity. Suffolk County Council reserves the right to change any of the information given in this PIN at any time. Accordingly, economic operators shall not be entitled to rely on such information.

two.3) Estimated date of publication of contract notice

30 October 2025


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The purpose of this PIN is to give notice that Suffolk County Council is intending to undertake a tendering exercise from early/mid May 2025 to set up a new contract for the delivery of the provision, maintenance and operation of supplier-funded (with support from SCC's Local Electric Vehicle Infrastructure <LEVI> Capital grant funding) electric vehicle

chargepoints and associated services under a single concession contract, at locations in Suffolk.

This Prior Information Notice is to signal an intention to commence market engagement with those within the Vehicle Charging Infrastructure Solutions market.

The tender will be run through Crown Commercial Service’s (CCS) Vehicle Charging Infrastructure Solutions RM6213 Dynamic Purchasing System (DPS). For suppliers interested in participating in the upcoming competition and are not currently registered on the DPS please see the following instructions:

To find out how to become a supplier on this commercial agreement, download the ‘Bid pack’ and read the ‘RM6213 – DPS Needs’ on this link:

https://supplierregistration.cabinetoffice.gov.uk/dps/RM6213?nav=0

To apply or update your responses click 'Access as a supplier'; on the link above to login/register. Registration is free and there is no limit on the number of suppliers who can join this DPS Marketplace.

Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is:

https://crowncommercialservice.bravosolution.co.uk.

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 Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming

from the internet.

To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials [Plus] certified for the services under and in connection with the procurement.

Please note that the Carbon Net Zero Team cannot advise on CRP compliance to bidders in a live procurement. For further guidance on ‘producing your carbon reduction plan’ please follow this link:

https://www.eventbrite.co.uk/e/ppn-0621-carbon-reduction-plan-

creation-and-training-tickets-224041864247

The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Vehicle Charging Infrastructure Solutions RM6213 Schedule, “Security Requirement and Plan”, to meet Vehicle Charging Infrastructure Solutions RM6213 requirements. This will be released at the ITT stage.