Contract

ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement

  • Transport Scotland

F20: Modification notice

Notice identifier: 2024/S 000-039151

Procurement identifier (OCID): ocds-h6vhtk-04c25d

Published 5 December 2024, 8:44am



Section one: Contracting authority/entity

one.1) Name and addresses

Transport Scotland

Buchanan House, 58 Port Dundas Road

Glasgow

G4 0HF

Contact

Chris Waldron

Email

christopher.waldron@transport.gov.scot

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.transport.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement

Reference number

TS/LCE/SER/2019/01

two.1.2) Main CPV code

  • 63712000 - Support services for road transport

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 34144900 - Electric vehicles
  • 31158000 - Chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 45310000 - Electrical installation work
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 51100000 - Installation services of electrical and mechanical equipment
  • 30162000 - Smart cards
  • 79342300 - Customer services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72253000 - Helpdesk and support services
  • 71311200 - Transport systems consultancy services
  • 09310000 - Electricity
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland wide, Glasgow

two.2.4) Description of the procurement at the time of conclusion of the contract:

The CPNO will be expected to provide the following basic requirements:

i. provision and quality assured operation of a robust and reliable charge point management system, Open Charge Point Protocol (OCPP) compatible with all types of charge point currently installed on the ChargePlace Scotland network;

ii. delivery of a service capable of managing tariff collection for over 250 hosts;

iii. provision of an active fault management capability including fault reporting and liaison with both host/owners and maintenance contractors;

iv. provision and operation of a fully staffed 24/7 customer service facility with capabilities of customer contact via various modes including social media;

v. provision and operation of a publically accessible website, providing an interactive, real time status mapping system of the ChargePlace Scotland network;

vi. ability to develop and provide interoperability services;

vii. provision of a reliable and efficient communications strategy to inform users of the status of the network, and to promote the benefits of the network and electro-mobility to the general public.

It is envisaged that the services can be provided remotely at the economic operator’s offices with attendance required on an ad-hoc basis at Transport Scotland’s offices. However, on occasion, the provider may be required to undertake the following duties:

i. attend the offices, or other locations within the UK as and when required;

ii. attend meetings at Transport Scotland’s main office in Buchanan House, Glasgow or other offices as and when may be required;

iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices.

The supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates.

In order to be considered for this procurement competition, economic operators must complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).

It is anticipated that a total of 5 economic operators will be invited to tender stage.

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

Duration in months

48

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2021/S 182-474849


Section five. Award of contract/concession

Contract No

TS/LCED/SER/2019/01

Title

ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

8 March 2021

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

SWARCO UK Ltd

Unit 1, Maxted Corner, Maxted Road

Hemel Hempstead

HP2 7RA

Country

United Kingdom

NUTS code
  • UKH - East of England
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £1,107,169.54


Section six. Complementary information

six.3) Additional information

(SC Ref:784693)

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerks Office

PO Box 23, 1 Calton Place

Glasgow

G5 9DA

Email

Glasgow@scotcourts.gov.uk

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 63712000 - Support services for road transport

seven.1.3) Place of performance

NUTS code
  • UKM - Scotland

seven.1.4) Description of the procurement:

The CPNO will be expected to provide the following basic requirements:

i. provision and quality assured operation of a robust and reliable charge point management system, Open Charge Point Protocol (OCPP) compatible with all types of charge point currently installed on the ChargePlace Scotland network;

ii. delivery of a service capable of managing tariff collection for over 250 hosts;

iii. provision of an active fault management capability including fault reporting and liaison with both host/owners and maintenance contractors;

iv. provision and operation of a fully staffed 24/7 customer service facility with capabilities of customer contact via various modes including social media;

v. provision and operation of a publically accessible website, providing an interactive, real time status mapping system of the ChargePlace Scotland network;

vi. ability to develop and provide interoperability services;

vii. provision of a reliable and efficient communications strategy to inform users of the status of the network, and to promote the benefits of the network and electro-mobility to the general public.

It is envisaged that the services can be provided remotely at the economic operator’s offices with attendance required on an ad-hoc basis at Transport Scotland’s offices. However, on occasion, the provider may be required to undertake the following duties:

i. attend the offices, or other locations within the UK as and when required;

ii. attend meetings at Transport Scotland’s main office in Buchanan House, Glasgow or other offices as and when may be required;

iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices.

The supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates.

In order to be considered for this procurement competition, economic operators must complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).

It is anticipated that a total of 5 economic operators will be invited to tender stage.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£10,000,000

seven.1.7) Name and address of the contractor/concessionaire

SWARCO UK LTD

Unit 1, Maxted Corner, Maxted Road

Hemel Hempstead

HP2 7RA

Telephone

+44 7971878146

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

This modification is required to increase the estimated lifetime value of the framework agreement to facilitate the shift away from the current ChargePlace Scotland delivery model. The incumbent operator will now be required to wind-down all aspects of the CPS service, including transitioning assets to many new charge point operators, requiring additional time and funding to ensure a seamless, managed closure of the CPS network.

This modification includes an amendment to the estimated value of the framework which was originally anticipated to be 5 million (GBP) over 24+12+12 months in line with the Short Description of the Contract Notice (Ref: FEB382111).

This is the estimated value for any remaining Call-Offs made to the end of the period of the Framework Agreement.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

No additional services required this is to correct the estimated value.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £5,000,000

Total contract value after the modifications

Value excluding VAT: £10,000,000