-
Contract Timeline
- Publication Date
-
31st July 2025 13:16:45 PM
- TenderAmendment Deadline
-
6th April 2026 23:00:00 PM 234 days remaining
-
Contract Summary
CCS has a dynamic purchasing system for Vehicle Charging Infrastructure Solutions. The agreement started on 08 April 2020 and was scheduled to end on 07 April 2024. This provides central government and wider public sector departments the opportunity to procure an extensive range of vehicle charging products and services. This notice advises that the DPS has been extended for up to 2 years (to 07 April 2026). The value has not been increased in line with the extension of the period of validity. Additional information: Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the FTS contract notice for the correct dates, timelines etc.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443454102222
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
31st May 2024 10:42:22 AM
- TenderAmendment Deadline
-
6th April 2026 23:00:00 PM 234 days remaining
-
Contract Summary
CCS has a dynamic purchasing system for Vehicle Charging Infrastructure Solutions. The agreement started on 08 April 2020 and was scheduled to end on 07 April 2024. This provides central government and wider public sector departments the opportunity to procure an extensive range of vehicle charging products and services. This notice advises that the DPS has been extended for up to 2 years (to 07 April 2026). The value has not been increased in line with the extension of the period of validity. Additional information: Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the FTS contract notice for the correct dates, timelines etc.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443454102222
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
2nd April 2024 13:08:46 PM
- TenderAmendment Deadline
-
6th April 2026 23:00:00 PM 234 days remaining
-
Contract Summary
CCS has a dynamic purchasing system for Vehicle Charging Infrastructure Solutions. The agreement started on 08 April 2020 and was scheduled to end on 07 April 2024. This provides central government and wider public sector departments the opportunity to procure an extensive range of vehicle charging products and services. This notice advises that the DPS has been extended for up to 2 years (to 07 April 2026). The value has not been increased in line with the extension of the period of validity. Additional information: Please note the Closing Date, Contract Start Date and Contract End Date have been manipulated to support compatibility system issues. However please refer to the FTS contract notice for the correct dates, timelines etc.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443454102222
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
2nd June 2023 12:35:45 PM
- TenderAmendment Deadline
-
5th April 2024 14:00:00 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
17th November 2021 17:59:22 PM
- TenderAmendment Deadline
-
5th April 2024 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
25th May 2021 08:51:58 AM
- TenderAmendment Deadline
-
5th April 2024 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
18th August 2020 09:25:14 AM
- TenderAmendment Deadline
-
5th April 2024 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
18th August 2020 09:15:33 AM
- TenderAmendment Deadline
-
5th April 2024 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
9th June 2020 09:19:08 AM
- TenderAmendment Deadline
-
5th April 2024 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
19th May 2020 08:59:35 AM
- TenderAmendment Deadline
-
5th April 2024 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
1st May 2020 13:33:43 PM
- TenderAmendment Deadline
-
5th April 2024 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
24th April 2020 09:27:47 AM
- TenderAmendment Deadline
-
5th April 2024 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
15th April 2020 11:06:24 AM
- TenderAmendment Deadline
-
7th April 2020 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
10th April 2020 12:31:52 PM
- TenderAmendment Deadline
-
7th April 2020 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England
-
Contract Timeline
- Publication Date
-
10th April 2020 12:28:04 PM
- Tender Deadline
-
7th April 2020 22:59:59 PM Expired
-
Contract Summary
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. Additional information: 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.
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-3cde54b6-b56e-4c30-8d73-a70c8c3ad933
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Tender
- Procurement Method
-
Selective
- Procurement Method Details
-
Restricted Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
- Framework / DPS
-
DPS / Framework
-
Contract Classification
- CPV Code(s)
-
09310000
09331000
14213200
24111600
30162000
30163000
30237280
31000000
32510000
34000000
38730000
42992000
45000000
48000000
50000000
51000000
63712000
65000000
71000000
72224000
72267100
72268000
79418000
98351100 - CPV Division(s)
-
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; Lighting
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
98 - Other community, social and personal services
-
Awarding Authority
- Buyer Name
-
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
- Buyer Email
-
supplier@crowncommercial.gov.uk
- Buyer Phone
-
+443450103503
- Buyer Address
-
9th Floor, The Capital,, Old Hall Street
Liverpool
L3 9PP
England