Back to tenders & grants page
United Kingdom-Liverpool: Chargers Finance & Insurance United Kingdom-Liverpool: Chargers
Receive Tenders like this by email

United Kingdom-Liverpool: Chargers

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS) has announced on 04 Oct 2020 that is accepting bids for the following project: United Kingdom-Liverpool: Chargers.

The tender will take place in United Kingdom and will cover the Finance & Insurance industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for United Kingdom-Liverpool: Chargers. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: United Kingdom

General information

Donor:

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

Industry:

Finance & Insurance

Status:

Accepting bids

Timeline

Published:

04 Oct 2020

Deadline:

04 Jul 2024

Value:

Not available

Contacts

Phone:

+44 3450103503

Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Postal address: The Capital Building, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: [email protected]
Telephone: +44 3450103503
Internet address(es):
Main address: https://www.gov.uk/ccs
I.2)Information about 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 submitted electronically via: https://supplierregistration.cabinetoffice.gov.uk/dps
Tenders or requests to participate must be submitted 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 activity: 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 Chargers
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 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
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
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.2.6)Estimated value
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.2.10)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
II.2.14)Additional information

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

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 the 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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

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
Official name: Crown Commercial Service
Postal address: 9th Floor The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: [email protected]
VI.5)Date of dispatch of this notice:
08/04/2020

http://ted.europa.eu/udl?uri=TED:NOTICE:173486-2020:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more