Award

ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement

TRANSPORT SCOTLAND

This public procurement record has 4 releases in its history.

AwardUpdate

05 Dec 2024 at 00:00

AwardUpdate

25 Jul 2023 at 00:00

Award

15 Sep 2021 at 00:00

Tender

26 Feb 2020 at 00:00

Summary of the contracting process

Transport Scotland, located in Glasgow, has executed a public procurement contract titled "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement". This contract falls under the services industry category and covers the whole of Scotland, with a concentration in Glasgow. Initially tendered under the reference TS/LCE/SER/2019/01, the procurement progressed through several stages, including a selective restricted procedure. The framework agreement has a duration of 1440 days (approximately four years) and involves significant investment, including an estimated value correction to £10 million GBP. The initial agreement was signed on 8th March 2021, with subsequent modifications aimed at ensuring a smooth transition of operations and an extended value scale. An active participation by key entities, including SWARCO UK Ltd as the supplier and Glasgow Sheriff Court as the review body, characterizes this process, which supports a comprehensive electric vehicle charging network across Scotland.

This tender opens substantial business growth opportunities, particularly for companies specialized in electric vehicle infrastructure, technology management, and customer service. Enterprises capable of operating a robust charge point management system, ensuring quality and compatibility with various charge points, and offering 24/7 customer service would be well-suited to compete. Given the project's scope—extending from tariff collection to real-time network status display—businesses with expertise in these areas, including fault management and interoperability services, stand to benefit. Moreover, the consistent need for collaboration with Transport Scotland and other stakeholders presents valuable networking and development prospects. The engagement through a single-supplier framework ensures a unique opportunity to lead in the electric vehicle charging domain, supporting the broader policy of phasing out petrol and diesel vehicles by 2032.

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

ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement

Notice Description

Scottish Ministers have invested in the region of 30M GBP since 2011 to establish a comprehensive electric vehicle charging network across Scotland which now consists of over 1000 publically available charge points across the mainland and islands. This investment supports the ambition to phase out the need for new petrol and diesel cars and vans by 2032. Transport Scotland, on behalf of the Scottish Ministers, are now seeking to appoint a new Charge Point Network Operator (CPNO) ("single supplier") for the management of the publically available electric vehicle charging network, known as ChargePlace Scotland. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 2 years, with the option for 2 further year long extensions, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the two year period, will be in the order of 2,500,000.00 GBP.

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.

Renewal: Two renewals of 12 months each.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000612189
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519634
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F20 - Modification Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
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
£2,500,000 £1M-£10M
Lots Value
£2,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£15,000,000 £10M-£100M

Notice Dates

Publication Date
5 Dec 20241 years ago
Submission Deadline
27 Mar 2020Expired
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
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Supplier Information

Number of Suppliers
1
Supplier Name

SWARCO

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB382111&idx=1
    28th February 2020 - Summary of Financial Ratio Evaluation Criteria
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB382111
    ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement - Scottish Ministers have invested in the region of 30M GBP since 2011 to establish a comprehensive electric vehicle charging network across Scotland which now consists of over 1000 publically available charge points across the mainland and islands. This investment supports the ambition to phase out the need for new petrol and diesel cars and vans by 2032. Transport Scotland, on behalf of the Scottish Ministers, are now seeking to appoint a new Charge Point Network Operator (CPNO) ("single supplier") for the management of the publically available electric vehicle charging network, known as ChargePlace Scotland. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 2 years, with the option for 2 further year long extensions, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the two year period, will be in the order of 2,500,000.00 GBP.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427709
    ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement - Scottish Ministers have invested in the region of 30M GBP since 2011 to establish a comprehensive electric vehicle charging network across Scotland which now consists of over 1000 publically available charge points across the mainland and islands. This investment supports the ambition to phase out the need for new petrol and diesel cars and vans by 2032. Transport Scotland, on behalf of the Scottish Ministers, are now seeking to appoint a new Charge Point Network Operator (CPNO) ("single supplier") for the management of the publically available electric vehicle charging network, known as ChargePlace Scotland. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 2 years, with the option for 2 further year long extensions, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the two year period, will be in the order of 2,500,000.00 GBP.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL484699
    ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519634
    ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement

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-r6ebe6-0000612189-2024-12-05T00:00:00Z",
    "date": "2024-12-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000612189",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Chris Waldron",
                "email": "christopher.waldron@transport.gov.scot",
                "telephone": "+44 1412727100",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-8",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "telephone": "+141 4298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-90",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "steven.little@transport.gov.scot",
                "telephone": "+44 1412727100",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-133",
            "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"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-52",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-1",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Chris Waldron",
                "email": "CPS.CPNO@transport.gov.scot",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-2",
            "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"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-3",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-10",
            "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"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-11",
            "name": "Sheriff Clerks Office",
            "identifier": {
                "legalName": "Sheriff Clerks Office"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Calton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "Glasgow@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-9"
    },
    "tender": {
        "id": "TS/LCE/SER/2019/01",
        "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
        "description": "Scottish Ministers have invested in the region of 30M GBP since 2011 to establish a comprehensive electric vehicle charging network across Scotland which now consists of over 1000 publically available charge points across the mainland and islands. This investment supports the ambition to phase out the need for new petrol and diesel cars and vans by 2032. Transport Scotland, on behalf of the Scottish Ministers, are now seeking to appoint a new Charge Point Network Operator (CPNO) (\"single supplier\") for the management of the publically available electric vehicle charging network, known as ChargePlace Scotland. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 2 years, with the option for 2 further year long extensions, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the two year period, will be in the order of 2,500,000.00 GBP.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34144900",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31158000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31610000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45310000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50230000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50532000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "51100000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30162000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79342300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72253000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "09310000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1",
                "classification": {
                    "id": "63712000",
                    "scheme": "CPV"
                }
            }
        ],
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-03-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB382111",
                "documentType": "contractNotice",
                "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
                "description": "Scottish Ministers have invested in the region of 30M GBP since 2011 to establish a comprehensive electric vehicle charging network across Scotland which now consists of over 1000 publically available charge points across the mainland and islands. This investment supports the ambition to phase out the need for new petrol and diesel cars and vans by 2032. Transport Scotland, on behalf of the Scottish Ministers, are now seeking to appoint a new Charge Point Network Operator (CPNO) (\"single supplier\") for the management of the publically available electric vehicle charging network, known as ChargePlace Scotland. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 2 years, with the option for 2 further year long extensions, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the two year period, will be in the order of 2,500,000.00 GBP.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB382111",
                "format": "text/html"
            },
            {
                "id": "FEB382111-1",
                "title": "Summary of Financial Ratio Evaluation Criteria",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB382111&idx=1",
                "datePublished": "2020-02-28T09:30:13Z",
                "dateModified": "2020-02-28T09:30:13Z",
                "format": "application/pdf"
            },
            {
                "id": "FEB382111-2",
                "title": "Supplier Information Event Slides",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB382111&idx=2",
                "datePublished": "2020-02-28T09:30:13Z",
                "dateModified": "2020-02-28T09:30:13Z",
                "format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
            },
            {
                "id": "FEB382111-3",
                "title": "Tender bulletin 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB382111&idx=3",
                "datePublished": "2020-03-30T10:57:40Z",
                "dateModified": "2020-03-30T10:57:40Z",
                "format": "application/pdf"
            },
            {
                "id": "SEP427709",
                "documentType": "awardNotice",
                "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
                "description": "Scottish Ministers have invested in the region of 30M GBP since 2011 to establish a comprehensive electric vehicle charging network across Scotland which now consists of over 1000 publically available charge points across the mainland and islands. This investment supports the ambition to phase out the need for new petrol and diesel cars and vans by 2032. Transport Scotland, on behalf of the Scottish Ministers, are now seeking to appoint a new Charge Point Network Operator (CPNO) (\"single supplier\") for the management of the publically available electric vehicle charging network, known as ChargePlace Scotland. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 2 years, with the option for 2 further year long extensions, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the two year period, will be in the order of 2,500,000.00 GBP.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427709",
                "format": "text/html"
            },
            {
                "id": "JUL484699",
                "documentType": "awardNotice",
                "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL484699",
                "format": "text/html"
            },
            {
                "id": "DEC519634",
                "documentType": "awardNotice",
                "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519634",
                "format": "text/html"
            }
        ],
        "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.",
                "status": "complete",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Execution of the Services, Risk Management, Communication; and Staff and/or Resourcing",
                            "description": "70"
                        },
                        {
                            "type": "cost",
                            "name": "Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two renewals of 12 months each."
                }
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of each Consultant on a regular basis. In the event that the Consultant's performance falls below a satisfactory level, the Consultant will be invited to determine a means of rectifying the situation. Repeated or continual service failures shall result in suspension or termination of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2020-05-18T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Under Question Ref. 4A1a of the ESPD, if appropriate economic operators must be enrolled in the relevant professional registers kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015) (i.e. registered under Companies House or equivalent if not a UK registered company). Staff It is a requirement of the contract that the economic operator shall possess the necessary human resources who shall be qualified appropriately and have the requisite experience to perform the requirement as described under Section III.1.3 of this Contract Notice. Management Systems Under ESPD, Question Ref. 4D.1 and 4D.2 economic operators shall be required to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. Quality Management System This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2015 (Quality Management Systems); other accredited management system; or own non-accredited management system. Health and Safety Management System This may be BS OHSAS 18001:2007 (Occupational Health and Safety Management Systems) and associated standards; other accredited management system; or own non-accredited management system. Environmental Management System This may be BS EN ISO 14001:2015 (Environmental Management Systems); other accredited management systems; or own non-accredited management system. Economic operators should specify their recognised accredited system or own non-accredited system, which shall ultimately be adopted under the Framework Agreement. Responses shall each be assessed on the basis of PASS or FAIL. Economic operators who obtain a FAIL in any of their responses shall be excluded from this procurement competition."
                },
                {
                    "type": "economic",
                    "description": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, economic operators shall: a) in response to ESPD, Question Ref 4B1a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; b) in response to ESPD Question Ref 4B6 provide the name, range and score of nine financial criteria for each year for the last two years of trading, or for the period which is available if trading for less than two years; and c) in response to ESPD Question Ref 4B5a, b and c confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) to (c), economic operators must provide a link/copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company). For the avoidance of doubt, if an economic operator fails to provide accounts relating to its last two full years of trading that are due to have been filed, that economic operator will be excluded. Where economic operators have not yet been trading for a full two year period, such that filed accounts are not yet due and available, and limited only to that circumstance, the required information to support (a) to (c) above may take the form of appropriate third party / statements setting out turnover, profit and loss, cashflow (current and forecast) and the economic operator's credit facility position. Note there will, however, be a negative scoring implication, as noted below and in the Additional Documents. This above information is requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B6) The following nine evaluation criteria shall be scored, for each year for the last two years of trading, or for the period which is available if trading for less than two years: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The scoring mechanism can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). For the purpose of calculating the Annual Contract Value to Turnover ratio the estimated value in II.2.6 of this Contract Notice shall be adopted. Similarly, the duration of the framework agreement shall be 2 years. This equates to an estimated value of 1,250,000 GBP per annum. The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year's score will be weighted, with the most recent (\"Year 1\") weighted at 2/3rds and the previous (\"Year 2\") weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks. If the economic operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2 b), will be prorated up to 1 year to calculate financial ratios for the full year and this will be weighted at 2/3rds and scored out of the total 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by an economic operator (either a single economic operator or a group of economic operators) is less than 25 marks, out of the potential total aggregated score of 50 marks. A submission shall be marked as a FAIL and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios. Where the submission has been submitted by a group of economic operators, the information submitted by each group member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each group member and a score determined for such group of economic operators on that basis. A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Insurance (Question Ref. 4B5) In response to Question Ref. 4B5 a, b and c economic operators must confirm they already have or can commit to obtain, prior to the commencement of the framework agreement, the following levels of insurance: Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP In responding to Question Ref 4B.5 a, b and c, where the economic operator responds \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from this procurement competition."
                },
                {
                    "type": "technical",
                    "description": "Under ESPD: Question Ref. 4C1.1/4C1.2 economic operators shall be required to insert suitable responses to Statements 1 - 5(a) to (d) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be provided by single economic operators and by groups of economic operators (group members should not respond individually). Response to Statements 1 to 4 shall be assessed on the basis of PASS or FAIL. Economic operators who fail to satisfy this minimum standard (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. The provision of 3 reference projects under Statement 5 is not scored but is required to be completed. The responses to Statements 5(a), (b), (c) and (d) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: Unacceptable - Nil response, irrelevant or insufficient information relative to the evaluation category to enable an assessment - (0 - Unacceptable) Inadequate - Inadequate response. The response fails to demonstrate an understanding of the evaluation category described, how the services will be delivered and how benefits will be realised, within the evaluation category - (1 - Inadequate) Poor - The response is partially relevant but generally poor. The response demonstrates some understanding of the evaluation category. The response contains insufficient/limited detail or explanation to demonstrate how the services will be delivered and how benefits will be realised, within the evaluation category - (2 - Poor) Adequate - Response is both relevant and acceptable. The response demonstrates a broad/reasonable understanding of the evaluation category. The response has some detail, but not comprehensive, and in certain areas lacks information as to how the services will be delivered and/or how benefits will be realised, within the evaluation category - (3 - Adequate) Good - Response is both relevant and good. The response demonstrates a good understanding of the evaluation category. The response is generally targeted and detailed as to how the services will be delivered and how benefits will be realised, within all areas within the evaluation category - (4 - Good) Excellent - Response is relevant and excellent overall. The response demonstrates a thorough understanding of the evaluation category. The response is fully targeted, comprehensive, clear, unambiguous, as to how the services will be delivered and how benefits will be realised, within all areas of the evaluation category - (5 - Excellent) Transport Scotland reserves the right to mark an ESPD submission as FAIL if the score achieved for any statement is less than 2. Responses shall be weighted in accordance with the following weightings: Statement 5(a) = 20%; Statement 5(b) = 30%; Statement 5(c) = 30%; Statement 5(d) = 20%. The weighted scores shall be aggregated to calculate a score out of 100 for the 4 statements. Words in excess of the maximum word limit for each statement will neither be considered nor scored.",
                    "minimum": "Statement 1 - Please confirm that you have led on the implementation and operation of a Charge Point Network within the last 5 years. (PASS/FAIL) Statement 2 - Please confirm that you have you led on the development and/or operation of a Charge Point Management System with PAYG capability, compliant with the Open Charge Point Protocol (OCPP) or equivalent, with interoperability capability, fault management and covering an estate of at least 50 Charge Points from various manufacturers within the last 5 years. (PASS/FAIL) Statement 3 - Please confirm that you have led on the development and operation of a fault management system and covering equipment supplied by various manufacturers within the last 5 years. (PASS/FAIL) Statement 4 - Please confirm that you have led on the development and operation of a customer service interface covering individuals and organisations across both public and private sectors within the last 5 years. (PASS/FAIL) Statement 5 - Please provide high-level details of 3 projects delivered, or currently being delivered, within the last 5 years, relevant to the scope of services. Details should include: - Project name; - Project purpose; - Bidder's role; - Key stakeholders involved; - Dates of services provided; - Explanation of services delivered. Reference projects are not scored but for information only and answers to 5 (a) to (d) must directly reference these projects. (Max 500 words per project)(Not scored - required to be completed) Statement 5(a) - Staff Management (500 words, 20% weighting). Provide details of effective staff management, and how staff have been utilised effectively in the operation of a Charge Point Network and Charge Point Management System. The statement shall provide: a) details of the key personnel who were involved in delivering the projects including an explanation of their roles and responsibilities; b) clear explanation of how lines of communication effectively contributed to the success of the projects; c) an explanation of how the bidder will ensure optimum utilisation of appropriate staff to ensure continuity while meeting programme deadlines and budgetary constraints. Statement 5(b) - IT Database Management (500 words, 30% weighting). Provide details of experience of developing and operating a secure database. The statement shall provide: a) details of the different aspects of the database, and the approach taken to ensure effective operation within time and budgetary constraints; b) details of how the security of the database was assured; c) details of how data was held in an open file format (if applicable); d) details of how financial data was managed (if applicable); details of how data was migrated securely from one database to another (if applicable). Statement 5(c) - Customer Service (500 words, 30% weighting). Provide details of your experience of developing and delivering a communications strategy across media platforms. The statement shall provide: a) details of the different aspects of the strategy (such as the provision of a website, helplines, mailboxes, and social media), and the approach taken to ensure effective operation within time and budgetary constraints; b) details of how stakeholders were engaged and how their views were considered; c) details of how success was measured; d)details of particular challenges and how these were overcome; e) details of how the strategy was pro-active in addressing the needs of stakeholders. Statement 5(d) - Fault Management (500 words, 20% weighting). Provide details of your experience of developing and managing a fault management system. The statement shall provide: a) details of the different aspects of the fault management system, and the approach taken to ensure effective operation within time and budgetary constraints; b) details of how stakeholders were engaged and the approach taken to ensure effective co-operation between stakeholders; c) details of how success was measured; d) details of particular challenges and how these were overcome."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "63712000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 182-474849"
        }
    ],
    "description": "(SC Ref:784693)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612189"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612189"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612189"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000612189"
        }
    ],
    "noticetype": "OJEU - F20 - Modification Notice",
    "awards": [
        {
            "id": "TS/LCED/SER/2019/01",
            "suppliers": [
                {
                    "id": "org-133",
                    "name": "SWARCO UK Ltd"
                },
                {
                    "id": "org-10",
                    "name": "SWARCO UK Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ],
            "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement"
        },
        {
            "id": "TS/LCE/SER/2019/01",
            "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
            "suppliers": [
                {
                    "id": "org-2",
                    "name": "SWARCO UK Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/LCED/SER/2019/01",
            "awardID": "TS/LCED/SER/2019/01",
            "status": "active",
            "value": {
                "amount": 10000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-08T00:00:00Z",
            "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
            "period": {
                "durationInDays": 1440
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "id": "63712000",
                        "scheme": "CPV"
                    },
                    "deliveryLocation": {
                        "description": "Scotland wide, Glasgow"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKM"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "amd-5",
                    "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."
                }
            ]
        },
        {
            "id": "TS/LCE/SER/2019/01",
            "awardID": "TS/LCE/SER/2019/01",
            "title": "ChargePlace Scotland Charge Point Network Operator Services - Single Supplier Framework Agreement",
            "status": "active",
            "period": {
                "durationInDays": 1440
            },
            "value": {
                "amount": 5000000,
                "currency": "GBP"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "id": "63712000",
                        "scheme": "CPV"
                    },
                    "deliveryLocation": {
                        "description": "Scotland wide, Glasgow"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UKM"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "dateSigned": "2021-03-08T00:00:00Z",
            "amendments": [
                {
                    "id": "amd-1",
                    "description": "This modification is a correction to the estimated value of the framework which should have been listed as 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 Call-Offs made during the full potential 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."
                }
            ]
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "408",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "409",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "410",
                "measure": "foreignBidsFromEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "411",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "412",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}