Published date: 10 April 2020

Last edited date: 2 June 2023

Open opportunity - This means that the contract is currently active, and the buying department is looking for potential suppliers to fulfil the contract.


Closing: 5 April 2024, 3pm

Contract summary

Industry

  • Electricity - 09310000

  • Solar panels - 09331000

  • Tarmac - 14213200

    • Hydrogen - 24111600

    • Smart cards - 30162000

    • Charge cards - 30163000

    • Power supply accessories - 30237280

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

    • Wireless telecommunications system - 32510000

    • Transport equipment and auxiliary products to transportation - 34000000

    • Parking meters - 38730000

    • Special-purpose electrical goods - 42992000

    • Construction work - 45000000

    • Software package and information systems - 48000000

    • Repair and maintenance services - 50000000

    • Installation services (except software) - 51000000

    • Support services for road transport - 63712000

    • Public utilities - 65000000

    • Architectural, construction, engineering and inspection services - 71000000

    • Project management consultancy services - 72224000

    • Maintenance of information technology software - 72267100

    • Software supply services - 72268000

    • Procurement consultancy services - 79418000

    • Car park services - 98351100

Location of contract

United Kingdom, Isle of Man, Channel Islands, British Oversea Territories, Europe, Rest of the World

Value of contract

£450,000,000

Procurement reference

RM6213

Published date

10 April 2020

Closing date

5 April 2024

Closing time

3pm

Contract start date

6 April 2024

Contract end date

7 April 2024

Contract type

Service contract

Procedure type

Restricted procedure (above threshold)

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


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.


More information

Attachments

Links

Additional text

This Framework Agreement Vehicle Charging Infrastructure Solutions (VCIS) RM6213 is for use by Contracting Authorities in the United Kingdom that exist on 08/04/2020 and which fall into one or more of the following categories:
1. Any of the following:
(a) Ministerial government departments;
(b) Non ministerial government departments;
(c) Executive agencies of government;
(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;
(e) Assembly Sponsored Public Bodies (ASPBs);
(f) Police forces;
(g) Fire and rescue services;
(h) Ambulance services;
(i) Maritime and coastguard agency services;
(j) NHS bodies;
(k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;
(l) Hospices;
(m) National Parks;
(n) Housing associations, including registered social landlords;
(o) Third sector and charities;
(p) Citizens advice bodies;
(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;
(r) Public corporations;
(s) Public financial bodies or institutions;
(t) Public pension funds;
(u) Central banks; and
(v) Civil service bodies, including public sector buying organisations.

2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link.

3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link.

4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of "Contracting Authority" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.


How to apply

Follow the instructions given in the description or the more information section.


About the buyer

Contact name

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

Address

9th Floor, The Capital,
Old Hall Street
Liverpool
L3 9PP
England

Telephone

+443450103503

Email

supplier@crowncommercial.gov.uk

Website

https://www.gov.uk/ccs