Tender

Charging Infrastructure Strategy - Metropolitan Police Service

METROPOLITAN POLICE SERVICE

This public procurement record has 1 release in its history.

Tender

14 Jun 2019 at 12:20

Summary of the contracting process

The Metropolitan Police Service is currently conducting a tender for a project titled "Charging Infrastructure Strategy," aimed at enhancing their vehicle fleet with hybrid and zero-emission technologies. This procurement falls under the vehicle-fleet-support services industry category and is based in the UK. The tender is active and will close on 26 June 2019, with the contract expected to commence on 29 July 2019 and last until 30 July 2021. Interested suppliers should prepare detailed technical and cost proposals, and the evaluation will consider both technical capability and cost, with specific weighting criteria outlined for each phase of assessment.

This tender presents significant opportunities for businesses involved in vehicle-fleet management, electrical equipment for vehicles, or related services. Companies with expertise in developing charging infrastructure, as well as those experienced in delivering sustainable energy solutions, would be particularly well-suited to compete. With a minimum contract value of £260,000, successful bidders can expect to play a key role in helping the Metropolitan Police Service achieve their long-term sustainability goals while potentially expanding their market presence in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}