Notice Information
Notice Title
Charging Infrastructure Strategy - Metropolitan Police Service
Notice Description
The Metropolitan Police Service are committed to transitioning the vehicle fleet over to hybrid and ultimately zero emission technology to meet the governments aspiration to drive to zero emissions by 2050. To support this the MPS is looking for a partner to help with our strategic plans to install 600 charging points across the estate. The key points of delivery will be: * To validate the output of the strategy model, including an assessment of available power and parking spaces at various buildings within the estate * To determine the charging infrastructure required per building and defining a detailed 5-year plan * To develop a robust cost model for this infrastructure * To assess further charging infrastructure opportunities, including and not limited to: * On-street charging * Publicly accessible charging * Energy storage solutions Supplier evaluation will be initially assessed on technical capability subject to suitability. The next stage will involve evaluation of the cost proposal. The top two highest scoring bidders will then be required to present their proposal to the Fleet Services evaluation panel. Supplier evaluation will be initially assessed on technical capability subject to suitability. The next stage will involve evaluation of the cost proposal. The top two highest scoring bidders will then be required to present their proposal to the Fleet Services evaluation panel. The Technical Criteria Evaluation - Weighting 50%: Suppliers will be expected to demonstrate their ability to deliver the above requirements. Fleet Services will consider the following factors in selection of the most suitable supplier. * Ability and approach to meeting the requirements - Weight15% * Previous experience in this field - Weighting 10% * Previous case studies - Weighting 7.5% * Timescales to visit 70 sites - Weighting 5% * Bio for any staff undertaking the activity - Weighting 7.5% * Vetting status of any staff involved - Weighting 5% Cost Proposal Evaluation - Weighting 40%: The Total Lowest Cost bid will achieve maximum score 100%. All other bid scores will be assessed as a percentage against the highest bidders score. See calculation below: Lowest Cost Bid/Highest Cost Bid x 100% For Example: Supplier A (Lowest cost bidder) - PS1000/PS1000 x 100% = 100% Supplier B (all other bids) - 1000/PS2000 x 100% = 50% Presentation - Weighting 10%: The top two bidders are required to present their technical capability and will be assessed on the following: * Approach to deliver the requirement - Weighting 4% * Case studies - Weighting 3% * Delivery team - Weighting 3% Your final submission should include the following: 1. A full and complete technical proposal 2. A full and complete cost proposal 3. A copy of your public liability insurance certificate 4. Confirmation that you agree to the standard MPS payment terms and for payments to be made by BACS transfer, and a completed attached form if you are a new contractor. Questions and electronic submissions answering all the points above are to be emailed to Selina.Patel2@met.police.uk no later than midday on Wednesday 26th June 2019.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-5f82fd62-7ed8-4c7d-be3f-20e885753bcd
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/85dda1ba-de77-451f-92f6-09025ee1b2b5
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
75 - Administration, defence and social security services
-
- CPV Codes
31610000 - Electrical equipment for engines and vehicles
34114200 - Police cars
50111100 - Vehicle-fleet management services
50111110 - Vehicle-fleet-support services
75241100 - Police services
Notice Value(s)
- Tender Value
- £50,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jun 20196 years ago
- Submission Deadline
- 26 Jun 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 28 Jul 2019 - 30 Jul 2021 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- METROPOLITAN POLICE SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LILLIE ROAD
- Postcode
- SW6 1TR
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI33 Kensington & Chelsea and Hammersmith & Fulham
- Delivery Location
- Not specified
-
- Local Authority
- Hammersmith and Fulham
- Electoral Ward
- West Kensington
- Westminster Constituency
- Chelsea and Fulham
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/85dda1ba-de77-451f-92f6-09025ee1b2b5
14th June 2019 - Opportunity notice on Contracts Finder -
https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=44770424
Please follow this link to view the notice.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-5f82fd62-7ed8-4c7d-be3f-20e885753bcd-2019-06-14T13:20:05+01:00",
"date": "2019-06-14T13:20:05+01:00",
"ocid": "ocds-b5fd17-5f82fd62-7ed8-4c7d-be3f-20e885753bcd",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "C4N44770422",
"title": "Charging Infrastructure Strategy - Metropolitan Police Service",
"description": "The Metropolitan Police Service are committed to transitioning the vehicle fleet over to hybrid and ultimately zero emission technology to meet the governments aspiration to drive to zero emissions by 2050. To support this the MPS is looking for a partner to help with our strategic plans to install 600 charging points across the estate. The key points of delivery will be: * To validate the output of the strategy model, including an assessment of available power and parking spaces at various buildings within the estate * To determine the charging infrastructure required per building and defining a detailed 5-year plan * To develop a robust cost model for this infrastructure * To assess further charging infrastructure opportunities, including and not limited to: * On-street charging * Publicly accessible charging * Energy storage solutions Supplier evaluation will be initially assessed on technical capability subject to suitability. The next stage will involve evaluation of the cost proposal. The top two highest scoring bidders will then be required to present their proposal to the Fleet Services evaluation panel. Supplier evaluation will be initially assessed on technical capability subject to suitability. The next stage will involve evaluation of the cost proposal. The top two highest scoring bidders will then be required to present their proposal to the Fleet Services evaluation panel. The Technical Criteria Evaluation - Weighting 50%: Suppliers will be expected to demonstrate their ability to deliver the above requirements. Fleet Services will consider the following factors in selection of the most suitable supplier. * Ability and approach to meeting the requirements - Weight15% * Previous experience in this field - Weighting 10% * Previous case studies - Weighting 7.5% * Timescales to visit 70 sites - Weighting 5% * Bio for any staff undertaking the activity - Weighting 7.5% * Vetting status of any staff involved - Weighting 5% Cost Proposal Evaluation - Weighting 40%: The Total Lowest Cost bid will achieve maximum score 100%. All other bid scores will be assessed as a percentage against the highest bidders score. See calculation below: Lowest Cost Bid/Highest Cost Bid x 100% For Example: Supplier A (Lowest cost bidder) - PS1000/PS1000 x 100% = 100% Supplier B (all other bids) - 1000/PS2000 x 100% = 50% Presentation - Weighting 10%: The top two bidders are required to present their technical capability and will be assessed on the following: * Approach to deliver the requirement - Weighting 4% * Case studies - Weighting 3% * Delivery team - Weighting 3% Your final submission should include the following: 1. A full and complete technical proposal 2. A full and complete cost proposal 3. A copy of your public liability insurance certificate 4. Confirmation that you agree to the standard MPS payment terms and for payments to be made by BACS transfer, and a completed attached form if you are a new contractor. Questions and electronic submissions answering all the points above are to be emailed to Selina.Patel2@met.police.uk no later than midday on Wednesday 26th June 2019.",
"datePublished": "2019-06-14T13:20:05+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50111110",
"description": "Vehicle-fleet-support services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31610000",
"description": "Electrical equipment for engines and vehicles"
},
{
"scheme": "CPV",
"id": "75241100",
"description": "Police services"
},
{
"scheme": "CPV",
"id": "50111100",
"description": "Vehicle-fleet management services"
},
{
"scheme": "CPV",
"id": "34114200",
"description": "Police cars"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 260000,
"currency": "GBP"
},
"value": {
"amount": 50000,
"currency": "GBP"
},
"tenderPeriod": {
"endDate": "2019-06-26T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2019-07-29T00:00:00+01:00",
"endDate": "2021-07-30T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/85dda1ba-de77-451f-92f6-09025ee1b2b5",
"datePublished": "2019-06-14T13:20:05+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Please follow this link to view the notice.",
"url": "https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=44770424"
}
]
},
"parties": [
{
"id": "GB-CFS-102753",
"name": "Metropolitan Police Service",
"identifier": {
"legalName": "Metropolitan Police Service"
},
"address": {
"streetAddress": "DO NOT AMEND - Empress State Building",
"locality": "Lillie Road",
"postalCode": "SW61TR",
"countryName": "UK"
},
"contactPoint": {
"name": "Selina Patel",
"email": "selina.patel2@met.pnn.police.uk",
"telephone": "02071611467"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-102753",
"name": "Metropolitan Police Service"
}
}