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.
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
-
- Reserved rights for CCS DPS Agreement.docx
- Tender notice
- Reserved rights for CCS DPS Agreement
-
- Selection Questionnaire v2.pdf
- Bidding documents
- Selection Questionnaire
-
- RM6213 - DPS Needs v3.0.pdf
- Bidding documents
-
- RM6213 Bid pack v8.0.zip
- Bidding documents
- Bid pack updated 02/06/2023 as filters have been amended on the DPSQ.
Links
-
- https://supplierregistration.cabinetoffice.gov.uk/dps
- Tender notice
- The procurement bid pack and registration details can be accessed via
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
supplier@crowncommercial.gov.uk
Website
Share this notice
Closing: 5 April 2024, 3pm