Planning

OPSS - Electric Vehicle Smart Charging Point Testing

DEPARTMENT FOR BUSINESS AND TRADE

This public procurement record has 1 release in its history.

Planning

18 Dec 2024 at 13:34

Summary of the contracting process

The Department for Business and Trade, located in London, is initiating a tender titled "OPSS - Electric Vehicle Smart Charging Point Testing" under the industry category of chargers, electric vehicles, and technical testing, analysis, and consultancy services. The procurement process is currently at the planning stage with key dates including future notice on 13 January 2025 and the contract period from 1 March 2025 to 28 February 2026. The total budget for the project is £95,000 and the procurement method will be an open procedure below the threshold, suitable for SMEs and VCSEs.

This tender offers significant business growth opportunities, especially for companies experienced in compliance testing and regulatory assessments. Ideal candidates include testing facilities and technical consultancies with knowledge of the Electric Vehicle (Smart Charge Points) Regulations 2021. The supplier will be required to conduct comprehensive assessments of smart charge points, providing detailed reports on reliability and accuracy. The opportunity to propose variant assessment methods allows for innovation and flexibility in meeting technical standards.

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

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.

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

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

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-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"
    }
}