Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Keith Robertson
Telephone
+44 79260000
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
n/a
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67837&B=LBLAMBETH
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67837&B=LBLAMBETH
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Electrical Vehicle Charging Point Framework (Lots 1-3)
Reference number
EU Supply Ref 73822
two.1.2) Main CPV code
- 63712600 - Vehicle refuelling services
two.1.3) Type of contract
Services
two.1.4) Short description
The Electrical Vehicle Charging Point Framework for Lambeth Borough Council is made up of three Lots. Each Framework Lot will be awarded to up to 5 Providers, who will then service the Authority's needs through either Direct Award for call-offs up to £100k or by Further Competition for Call-offs over £100,000. Lot 1 is for the Supply and Installation of Electrical Vehicle Charging Points (EVCPs). Lot 2 is for the Maintenance of Lambeth's circa 250 existing EVCPs, plus additional EVCPs installed under Lot 1. Lot 3 is for delivery of a Back-Office Function and Income Management Service. The four types of unit identified under Lot 1 must be capable of being maintained by providers other than the manufacturer and Bidders for Lot 3 must also bid for Lot 2.
two.1.5) Estimated total value
Value excluding VAT: £7,000,000
two.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: 3
two.2) Description
two.2.1) Title
Electrical Vehicle Charging Point Framework (Lots 1-3)
Lot No
1
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
- 31158100 - Battery chargers
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 51110000 - Installation services of electrical equipment
- 71314200 - Energy-management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
SW2 1RW
two.2.4) Description of the procurement
The Electrical Vehicle Charging Point Framework for Lambeth Borough Council is made up of three Lots. Each Framework Lot will be awarded to up to 5 Providers, who will then service the Authority's needs through either Direct Award for call-offs up to £100k or by Further Competition for Call-offs over £100,000. Lot 1 is for the Supply and Installation of Electrical Vehicle Charging Points (EVCPs). Lot 2 is for the Maintenance of Lambeth's circa 250 existing EVCPs, plus additional EVCPs installed under Lot 1. Lot 3 is for delivery of a Back-Office Function and Income Management Service. The four types of unit identified under Lot 1 must be capable of being maintained by providers other than the manufacturer and Bidders for Lot 3 must also bid for Lot 2.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
5 June 2023
Local time
12:00pm
Changed to:
Date
12 June 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 5 December 2023
four.2.7) Conditions for opening of tenders
Date
5 June 2023
Local time
12:00pm
Place
Electronic tenders will be uploaded to the Authority's e-tendering portal - EU Supply.
Information about authorised persons and opening procedure
A minimum of two authorised persons will unlock the Tender after the published deadline receipt of tenders. Tenders not received by the published deadline will normally be rejected, unless evidence of a technical difficulty has been provided or highlighted to the Authority's Procurement Adviser prior to the deadline.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
CEDR
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom