Notice Information
Notice Title
ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement
Notice Description
Lot Information
Lot 1
The CPNO will be expected to provide the following basic requirements: i. provision and quality assured operation of a robust and reliable charge point management system, Open Charge Point Protocol (OCPP) compatible with all types of charge point currently installed on the ChargePlace Scotland network; ii. delivery of a service capable of managing tariff collection for over 250 hosts; iii. provision of an active fault management capability including fault reporting and liaison with both host/owners and maintenance contractors; iv. provision and operation of a fully staffed 24/7 customer service facility with capabilities of customer contact via various modes including social media; v. provision and operation of a publically accessible website, providing an interactive, real time status mapping system of the ChargePlace Scotland network; vi. ability to develop and provide interoperability services; vii. provision of a reliable and efficient communications strategy to inform users of the status of the network, and to promote the benefits of the network and electro-mobility to the general public. It is envisaged that the services can be provided remotely at the economic operator's offices with attendance required on an ad-hoc basis at Transport Scotland's offices. However, on occasion, the provider may be required to undertake the following duties: i. attend the offices, or other locations within the UK as and when required; ii. attend meetings at Transport Scotland's main office in Buchanan House, Glasgow or other offices as and when may be required; iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices. The supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates. In order to be considered for this procurement competition, economic operators must complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). It is anticipated that a total of 5 economic operators will be invited to tender stage.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04c25d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/039151-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
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
-
- CPV Codes
09310000 - Electricity
30162000 - Smart cards
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
31158000 - Chargers
31610000 - Electrical equipment for engines and vehicles
34144900 - Electric vehicles
45310000 - Electrical installation work
50230000 - Repair, maintenance and associated services related to roads and other equipment
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
51100000 - Installation services of electrical and mechanical equipment
63712000 - Support services for road transport
71311200 - Transport systems consultancy services
72000000 - IT services: consulting, software development, Internet and support
72253000 - Helpdesk and support services
79342300 - Customer services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £10,000,000 £10M-£100M
Notice Dates
- Publication Date
- 5 Dec 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 8 Mar 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Chris Waldron
- Contact Email
- christopher.waldron@transport.gov.scot
- Contact Phone
- Not specified
Buyer Location
- Locality
- GLASGOW
- Postcode
- G4 0HF
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
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-h6vhtk-04c25d-2024-12-05T08:44:34Z",
"date": "2024-12-05T08:44:34Z",
"ocid": "ocds-h6vhtk-04c25d",
"description": "(SC Ref:784693)",
"initiationType": "tender",
"tender": {
"id": "TS/LCE/SER/2019/01",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
"classification": {
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "The CPNO will be expected to provide the following basic requirements: i. provision and quality assured operation of a robust and reliable charge point management system, Open Charge Point Protocol (OCPP) compatible with all types of charge point currently installed on the ChargePlace Scotland network; ii. delivery of a service capable of managing tariff collection for over 250 hosts; iii. provision of an active fault management capability including fault reporting and liaison with both host/owners and maintenance contractors; iv. provision and operation of a fully staffed 24/7 customer service facility with capabilities of customer contact via various modes including social media; v. provision and operation of a publically accessible website, providing an interactive, real time status mapping system of the ChargePlace Scotland network; vi. ability to develop and provide interoperability services; vii. provision of a reliable and efficient communications strategy to inform users of the status of the network, and to promote the benefits of the network and electro-mobility to the general public. It is envisaged that the services can be provided remotely at the economic operator's offices with attendance required on an ad-hoc basis at Transport Scotland's offices. However, on occasion, the provider may be required to undertake the following duties: i. attend the offices, or other locations within the UK as and when required; ii. attend meetings at Transport Scotland's main office in Buchanan House, Glasgow or other offices as and when may be required; iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices. The supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates. In order to be considered for this procurement competition, economic operators must complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). It is anticipated that a total of 5 economic operators will be invited to tender stage.",
"contractPeriod": {
"durationInDays": 1440
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34144900",
"description": "Electric vehicles"
},
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "31610000",
"description": "Electrical equipment for engines and vehicles"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "50230000",
"description": "Repair, maintenance and associated services related to roads and other equipment"
},
{
"scheme": "CPV",
"id": "50532000",
"description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "30162000",
"description": "Smart cards"
},
{
"scheme": "CPV",
"id": "79342300",
"description": "Customer services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72253000",
"description": "Helpdesk and support services"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "09310000",
"description": "Electricity"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Scotland wide, Glasgow"
},
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "039151-2024-TS/LCED/SER/2019/01-1",
"relatedLots": [
"1"
],
"title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-61604",
"name": "SWARCO UK Ltd"
},
{
"id": "GB-FTS-75191",
"name": "SWARCO UK LTD"
}
]
}
],
"parties": [
{
"id": "GB-FTS-1154",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Chris Waldron",
"email": "christopher.waldron@transport.gov.scot"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.transport.gov.scot",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099"
}
},
{
"id": "GB-FTS-61604",
"name": "SWARCO UK Ltd",
"identifier": {
"legalName": "SWARCO UK Ltd"
},
"address": {
"streetAddress": "Unit 1, Maxted Corner, Maxted Road",
"locality": "Hemel Hempstead",
"region": "UKH",
"postalCode": "HP2 7RA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-75191",
"name": "SWARCO UK LTD",
"identifier": {
"legalName": "SWARCO UK LTD"
},
"address": {
"streetAddress": "Unit 1, Maxted Corner, Maxted Road",
"locality": "Hemel Hempstead",
"region": "UKM",
"postalCode": "HP2 7RA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7971878146"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-131985",
"name": "Sheriff Clerks Office",
"identifier": {
"legalName": "Sheriff Clerks Office"
},
"address": {
"streetAddress": "PO Box 23, 1 Calton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1154",
"name": "Transport Scotland"
},
"contracts": [
{
"id": "039151-2024-TS/LCED/SER/2019/01-1",
"awardID": "039151-2024-TS/LCED/SER/2019/01-1",
"title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2021-03-08T00:00:00Z",
"period": {
"durationInDays": 1440
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "63712000",
"description": "Support services for road transport"
},
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "This modification is required to increase the estimated lifetime value of the framework agreement to facilitate the shift away from the current ChargePlace Scotland delivery model. The incumbent operator will now be required to wind-down all aspects of the CPS service, including transitioning assets to many new charge point operators, requiring additional time and funding to ensure a seamless, managed closure of the CPS network. This modification includes an amendment to the estimated value of the framework which was originally anticipated to be 5 million (GBP) over 24+12+12 months in line with the Short Description of the Contract Notice (Ref: FEB382111). This is the estimated value for any remaining Call-Offs made to the end of the period of the Framework Agreement.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: No additional services required this is to correct the estimated value."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:474849-2021:TEXT:EN:HTML"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000665414"
}
],
"language": "en"
}