Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Electric Vehicle Charging Points – P5941 2000 Standard Chargers (5kw) and P5942 35 Rapid Chargers (50kw)

  • First published: 31 July 2024
  • Last modified: 31 July 2024
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-048614
Published by:
Tower Hamlets
Authority ID:
AA75099
Publication date:
31 July 2024
Deadline date:
14 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
31110000 Electric motors Electric motors, generators and transformers
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
anthony.chinweze@towerhamlets.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.