Tender

Electrical Vehicle Charging Point Framework (Lots 1-3)

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2023/S 000-012409

Procurement identifier (OCID): ocds-h6vhtk-03c561

Published 28 April 2023, 6:54pm



The closing date and time has been changed to:

12 June 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Keith Robertson

Email

krobertson@lambeth.gov.uk

Telephone

+44 79260000

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

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