Notice Information
Notice Title
OPSS - Electric Vehicle Smart Charging Point Testing
Notice Description
The Department for Business and Trade (DBT) Office for Product Safety and Standards (OPSS) is the appointed Market Surveillance Authority responsible for enforcing the Electric Vehicle (Smart Charge Points) Regulations 2021 within the UK. This involves ensuring that electric vehicle charging points are of the right quality and that robust and effective regulatory action is taken against serious weaknesses and poor practice. The supplier will be required to test up to 15 charge points for compliance against most of the requirements of the Electric Vehicle Smart Charge Points Regulations 2021. The supplier will be asked to provide their assessment of the charge point, in a pass/fail format. In addition to a test report (for which an initial template will be provided by OPSS) the supplier will be required to provide specific measurements pertaining to reliability and accuracy. The tests will be undertaken against assessment methods identified by an external testing house as part of a previous project, for the following regulations: 5-2(a), 5-2(b)(i), 5-2(b)(ii), 5-2(d), 6, 7-1, 9-1(a), 9-1(b), 9-2(a), 9-3(a), 9-3(b), 9-4(a), 10-1(a), 10-1(b)(i), 10-1(b)(ii), 10-1(b)(iii), 10-1(c)(i), 10-1(c)(ii), 10-3(a), 11-2(a), 11-2(b), 11-3(a), 12-2(b), 12-8-2, 12-8-3(a), 12-8-3(b), 12-9(a). The tests will be undertaken in accordance with TS 103 701, identified by an external testing house as part of a previous project as a suitable standard for testing the technical requirements, for the following regulations: 12-2(a), 12-3-1, 12-3-2, 12-3(a), 12-3-3(b), 12-3-3(c), 12-3-3(d), 12-3-4(a), 12-3-4(b), 12-4-1(a), 12-4-2(b), 12-4-1(b), 12-4-2(a), 12-5, 12-6-1(a), 12-6-1(b), 12-6-2, 12-7-1, 12-7-2, 12-9(b), 12-9(c), 12-9(d), 12-9(e). The supplier will have the opportunity to propose variant assessment methods as part of the tendering process. The supplier will be asked to provide their assessment of the charge point, in a pass/fail format. In addition to a test report (for which an initial template will be provided by OPSS) the supplier will be required to provide specific measurements pertaining to reliability and accuracy. OPSS will require access to the technical experts for the duration of the testing, and the supplier will be required to ensure a suitable contact is available during normal work hours on weekdays. The supplier will be required to have an understanding of the Electric Vehicle (Smart Charge Points) Regulations 2021. They are not necessarily required to have an understanding of the industry, as the charge point samples are being provided for them. Some suppliers who may bid for the tender may have undertaken testing or certification of the charge points against either the EVSCP Regulations or electrical safety standards, and therefore any conflicts of interest must be declared.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-e52491dc-61f1-4599-be24-eea801549ace
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/34845cdc-b75b-47d7-a1ec-2494bc26bbf3
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- SME, VCSE
- 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
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
31158000 - Chargers
34144900 - Electric vehicles
71600000 - Technical testing, analysis and consultancy services
Notice Value(s)
- Tender Value
- £95,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Dec 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 13 Jan 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Mar 2025 - 28 Feb 2026 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR BUSINESS AND TRADE
- Contact Name
- Thierry de Lange
- Contact Email
- thierry.delange@businessandtrade.gov.uk
- Contact Phone
- 07521614647
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2AH
- 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)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/34845cdc-b75b-47d7-a1ec-2494bc26bbf3
18th December 2024 - Future opportunity notice on Contracts Finder
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-e52491dc-61f1-4599-be24-eea801549ace-2024-12-18T13:34:13Z",
"date": "2024-12-18T13:34:13Z",
"ocid": "ocds-b5fd17-e52491dc-61f1-4599-be24-eea801549ace",
"language": "en",
"initiationType": "tender",
"planning": {
"budget": {
"budgetBreakdown": [
{
"id": "1",
"period": {
"startDate": "2024-04-01T00:00:00+01:00",
"endDate": "2025-03-31T23:59:59+01:00"
},
"description": "2024/2025",
"amount": {
"amount": 15000,
"currency": "GBP"
}
},
{
"id": "2",
"period": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2026-03-31T23:59:59+01:00"
},
"description": "2025/2026",
"amount": {
"amount": 80000,
"currency": "GBP"
}
}
]
},
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/34845cdc-b75b-47d7-a1ec-2494bc26bbf3",
"datePublished": "2024-12-18T13:34:13Z",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "PR_4584",
"title": "OPSS - Electric Vehicle Smart Charging Point Testing",
"description": "The Department for Business and Trade (DBT) Office for Product Safety and Standards (OPSS) is the appointed Market Surveillance Authority responsible for enforcing the Electric Vehicle (Smart Charge Points) Regulations 2021 within the UK. This involves ensuring that electric vehicle charging points are of the right quality and that robust and effective regulatory action is taken against serious weaknesses and poor practice. The supplier will be required to test up to 15 charge points for compliance against most of the requirements of the Electric Vehicle Smart Charge Points Regulations 2021. The supplier will be asked to provide their assessment of the charge point, in a pass/fail format. In addition to a test report (for which an initial template will be provided by OPSS) the supplier will be required to provide specific measurements pertaining to reliability and accuracy. The tests will be undertaken against assessment methods identified by an external testing house as part of a previous project, for the following regulations: 5-2(a), 5-2(b)(i), 5-2(b)(ii), 5-2(d), 6, 7-1, 9-1(a), 9-1(b), 9-2(a), 9-3(a), 9-3(b), 9-4(a), 10-1(a), 10-1(b)(i), 10-1(b)(ii), 10-1(b)(iii), 10-1(c)(i), 10-1(c)(ii), 10-3(a), 11-2(a), 11-2(b), 11-3(a), 12-2(b), 12-8-2, 12-8-3(a), 12-8-3(b), 12-9(a). The tests will be undertaken in accordance with TS 103 701, identified by an external testing house as part of a previous project as a suitable standard for testing the technical requirements, for the following regulations: 12-2(a), 12-3-1, 12-3-2, 12-3(a), 12-3-3(b), 12-3-3(c), 12-3-3(d), 12-3-4(a), 12-3-4(b), 12-4-1(a), 12-4-2(b), 12-4-1(b), 12-4-2(a), 12-5, 12-6-1(a), 12-6-1(b), 12-6-2, 12-7-1, 12-7-2, 12-9(b), 12-9(c), 12-9(d), 12-9(e). The supplier will have the opportunity to propose variant assessment methods as part of the tendering process. The supplier will be asked to provide their assessment of the charge point, in a pass/fail format. In addition to a test report (for which an initial template will be provided by OPSS) the supplier will be required to provide specific measurements pertaining to reliability and accuracy. OPSS will require access to the technical experts for the duration of the testing, and the supplier will be required to ensure a suitable contact is available during normal work hours on weekdays. The supplier will be required to have an understanding of the Electric Vehicle (Smart Charge Points) Regulations 2021. They are not necessarily required to have an understanding of the industry, as the charge point samples are being provided for them. Some suppliers who may bid for the tender may have undertaken testing or certification of the charge points against either the EVSCP Regulations or electrical safety standards, and therefore any conflicts of interest must be declared.",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34144900",
"description": "Electric vehicles"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 95000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"communication": {
"futureNoticeDate": "2025-01-13T23:59:59Z"
},
"contractPeriod": {
"startDate": "2025-03-01T00:00:00Z",
"endDate": "2026-02-28T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
}
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/fkUb93zH",
"name": "Department for Business and Trade",
"identifier": {
"legalName": "Department for Business and Trade",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/fkUb93zH"
},
"address": {
"streetAddress": "Old Admiralty Building",
"locality": "LONDON",
"postalCode": "SW1A2AH",
"countryName": "England"
},
"contactPoint": {
"name": "Thierry de Lange",
"email": "thierry.delange@businessandtrade.gov.uk",
"telephone": "07521614647"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/fkUb93zH",
"name": "Department for Business and Trade"
}
}