Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Tower Hamlets
New Town Hall, 160 Whitechapel Road London
London
E1 1BJ
UK
Contact person: Mr Anthony Chinweze
Telephone: +44 207364500
E-mail: anthony.chinweze@towerhamlets.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.towerhamlets.gov.uk
Address of the buyer profile: http://www.towerhamlets.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Electric Vehicle Charging Points – P5941 2000 Standard Chargers (5kw) and P5942 35 Rapid Chargers (50kw)
Reference number: DN735128
II.1.2) Main CPV code
31000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Council wishes to expand the Electric Vehicle charging infrastructure across the borough. The expansion will involve the installation of 2000 standard 5kw charging points and 35 rapid 50 kw charging points
The services will be split into 2 lots and the details of the lots are as follows:
• P5941 Lot 1: Standard Chargers - 2000 standard 5kw charging points to be attached to street lighting columns across the borough.
• P5942 Lot 2: 35 Rapid chargers – 35 Rapid 50kw charging points to be deployed at various sites identified by the Authority.
Tenderers may bid for one or both lots, but each lot will be evaluated and awarded separately, more details are available in the Invitation to Tender documents. The procurement will a 2-stage restricted procedure.
The Contract term for Lot 2 will be 15 years although the Authority reserves the right to terminate the Contract on year 8. The Contract term for Lot 1 is for a period of 10 years.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The services will be split into 2 lots and the details of the lots are as follows:
• P5941 Lot 1: Standard Chargers - 2000 standard 5kw charging points to be attached to street lighting columns across the borough.
• P5942 Lot 2: 35 Rapid chargers – 35 Rapid 50kw charging points to be deployed at various sites identified by the Authority.
Tenderers may bid for one or both lots, but each lot will be evaluated and awarded separately, more details are available in the Invitation to Tender documents.
II.2) Description
Lot No: 2
II.2.1) Title
2
II.2.2) Additional CPV code(s)
31110000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The installation and management of 2000 standard 5kw charging points and 35 rapid 50 kw charging points are being tendered as 2 lots and the details of the lots are as follows:
• P5941 Lot 1: Standard Chargers - 2000 standard 5kw charging points to be attached to street lighting columns across the borough.
• P5942 Lot 2: 35 Rapid chargers – 35 Rapid 50kw charging points to be deployed at various sites identified by the Authority.
The procurement route for the Electric Vehicle charging points will be via a 2 stage restricted procedure, the activities are briefly outlined:
Stage One – Tenderers will express an interest to the contract opportunity by submitting a Selection Questionnaire (SQ. The questionnaire is designed to establish their capacity, experience and suitability. Only 5 (or more) tenderers will be shortlisted from each lot and invited to submit a tender.
Stage Two (Invitation to Tender) – Shortlisted Tenderers which meet the selection criteria will be invited to tender. All tenderers are evaluated in line with the methodology and award criteria set out in the tender documentation.
The evaluation criteria and methodology for evaluation will be provided in the Standard Questionnaire ITT documents, The evaluation criteria will be 60% price, 30% quality and 10% social value.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
11/11/2024
End:
24/11/2039
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Price is not the only award criterion and all criteria are stated only in the procurement documents. In addition, suppliers are to note that the Council requires the successful contractor to deliver Social Value as added value to the community. Details of the Council's Social Value priorities are provided in the tender documents.
This procurement will be managed electronically via the London Tender Portal. To participate in the procurement, participants shall first be registered on the e-tendering suite. If bidders have not yet registered on the e-tendering suite, this can be done online at https://procontract.due-north.com/register.
Note: registration may take some time, so please ensure that you allow a sufficient amount of time to register. Full instructions can be found at https://supplierhelp.due-north.com/
Once you have registered on the e-Tendering Suite, a registered user can express an interest for a specific procurement. This is done by looking at the opportunities sections. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Tendering Suite you will have access to London Tenders ePortal email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note, it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing Suite please contact Proactis Helpdesk Freephone: 0330 005 0352.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
1 Royal Courts of Justice, Strand
London
WC1A2 LL
UK
Internet address(es)
URL: https://www.towerhamlets.gov.uk/Home.aspx
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures
Tower Hamlets Council has incorporated a minimum 10 calendar day standstill period notification to unsuccessful applicants of the award decision.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
Whitehall
London
SW1A 2AS
UK
Internet address(es)
URL: https://www.towerhamlets.gov.uk/Home.aspx
VI.5) Date of dispatch of this notice
30/07/2024