Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Ffôn: +44 3454102222
E-bost: supplier@crowncommercial.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/ccs
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://supplierregistration.cabinetoffice.gov.uk/dps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://supplierregistration.cabinetoffice.gov.uk/dps
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Vehicle Charging Infrastructure Solutions (VCIS)
Cyfeirnod: RM6213
II.1.2) Prif god CPV
31000000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
CCS has a dynamic purchasing system for Vehicle Charging Infrastructure Solutions.
This provides central government and wider public sector departments the opportunity to procure an extensive range of vehicle charging products and services.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 450 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
31158000
31158100
31600000
31610000
31680000
31681000
31681400
31681500
32510000
34000000
34144900
34300000
34900000
34920000
34923000
34996300
38730000
38731000
42992000
45000000
45200000
45213312
45223300
45230000
45233120
45233270
45233290
45233291
45310000
45314300
45315300
45317000
48000000
50000000
50200000
50324100
50532000
50800000
51000000
51100000
51110000
51214000
63712000
63712600
65000000
65400000
71000000
71240000
71241000
71242000
71243000
71244000
71245000
71311200
71322500
71530000
71600000
72224000
72267100
72268000
79418000
98351100
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The supplier shall have the ability to provide vehicle charging infrastructure products and services to central government and organisations across the wider public sector.
This may be required under (i) Supplier funded routes (ii) Buyer funded routes, or (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.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
08/04/2020
Diwedd:
23/02/2029
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The duration given in II.2.7 is the total duration of the RM6213 Vehicle Charging Infrastructure Solutions DPS
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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 Solution DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address
https://supplierregistration.cabinetoffice.gov.uk/dps
and clicking on the Vehicle Charging Infrastructure link
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 Solution 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 and 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.
3) DPS Bid Pack
4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework 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) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae’r caffaeliad yn golygu y caiff system brynu ddynamig ei sefydlu
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-010589
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
23/02/2029
Amser lleol: 23:59
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The agreement commenced on 08 April 2020 and was scheduled to end on 07 April 2024, the DPS was extended for and the end date amended to 07 April 2026.
This notice advised that the RM6213 Vehicle Charging Infrastructure Solutions DPS has been further extended and the end date is 24 February 2029.
The reasoning for this is continued demand for the products and services offered. The dynamic nature of the charging market means that further analysis is required prior to design and development of a replacement agreement.
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 value in section II.1.5 has not been increased in line with the extension of the period of validity.
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 Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
On 2.4.2014 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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Ffôn: +44 3454102222
E-bost: supplier@crowncommercial.gov.uk
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.crowncommercial.gov.uk/
VI.5) Dyddiad anfon yr hysbysiad hwn
29/01/2026