Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
SSE Services plc
02366879
No. 1 Forbury Place, 43 Forbury Road
Reading
RG1 3JH
UK
Contact person: Timothy Higgins
Telephone: +44 1738453836
E-mail: timothy.higgins@sse.com
NUTS: UKJ11
Internet address(es)
Main address: http://sse.com/
Address of the buyer profile: https://www.sse.com/potential-suppliers/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sse.com/potential-suppliers/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://sse-sgn.emptoris.com/emptoris/sso_login.jsp#/login/loginPage
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Electricity
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Installation of Electric Vehicle Charging Points
II.1.2) Main CPV code
34144900
II.1.3) Type of contract
Supplies
II.1.4) Short description
The authority is seeking to establish a framework, split into geographical lots, for the supply and installation of electric vehicle charging hardware and infrastructure.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Scotland – North
II.2.2) Additional CPV code(s)
34144900
II.2.3) Place of performance
NUTS code:
UKM5
UKM6
II.2.4) Description of the procurement
Supply and installation of electric vehicle charging points under a framework.
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
A further 24 month extension is available to the authority.
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
Lot No: 2
II.2.1) Title
Scotland – Central/South
II.2.2) Additional CPV code(s)
34144900
II.2.3) Place of performance
NUTS code:
UKM7
UKM8
UKM9
II.2.4) Description of the procurement
Supply and installation of electric vehicle charging points under a framework.
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
A further 24-month extension is available to the authority.
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
Lot No: 3
II.2.1) Title
England – North
II.2.2) Additional CPV code(s)
34144900
II.2.3) Place of performance
NUTS code:
UKD1
UKC2
UKC1
UKD4
UKE2
UKD7
UKD3
UKE4
UKE3
UKE1
II.2.4) Description of the procurement
Supply and installation of electric vehicle charging points under a framework.
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
A further 24-month extension is available to the authority.
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
Lot No: 4
II.2.1) Title
England – Central
II.2.2) Additional CPV code(s)
34144900
II.2.3) Place of performance
NUTS code:
UKD6
UKF1
UKF3
UKG2
UKG3
UKG1
UKF2
UKH1
II.2.4) Description of the procurement
Supply and installation of electric vehicle charging points under a framework.
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
A further 24-month extension is available to the authority.
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
Lot No: 5
II.2.1) Title
England – South
II.2.2) Additional CPV code(s)
34144900
II.2.3) Place of performance
NUTS code:
UKK1
UKJ1
UKH2
UKH3
UKK3
UKK4
UKK2
UKJ3
UKJ2
UKJ4
UKI
II.2.4) Description of the procurement
Supply and installation of electric vehicle charging points under a framework.
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
A further 24-month extension is available to the authority.
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.4) Objective rules and criteria for participation
Applicants must not have been convicted of any of the offences prescribed under section 58 Public Contracts (Scotland) Regulations 2015 as allowed for under the Utility Contracts Regulations (Scotland) 2016. If yes, the applicant shall provide a statement confirming the details and evidence of self cleaning where applicable.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/10/2020
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
26/10/2020
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Timothy Higgins
Perth
PH1 3AQ
UK
Telephone: +44 1738453836
E-mail: timothy.higgins@sse.com
VI.4.2) Body responsible for mediation procedures
SSE
Inveralmond House, 200 Dunkeld Road
Perth
PH1 3AQ
UK
VI.5) Date of dispatch of this notice
03/09/2020