Tender

Concession Contract for Electric Vehicle Charging Points Infrastructure Borough Wide (London Borough of Hackney)

  • London Borough of Hackney

F24: Concession notice

Notice identifier: 2021/S 000-023357

Procurement identifier (OCID): ocds-h6vhtk-02e2b0

Published 20 September 2021, 4:18pm



Section one: Contracting authority/entity

one.1) Name and addresses

London Borough of Hackney

1 Hillman Street

LONDON

E81DY

Contact

Judith Hughes

Email

Judith.Hughes@hackney.gov.uk

Telephone

+44 2083563000

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.procontract.due-north.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=a5871cd1-ef19-ec11-810e-005056b64545&p=2241eb95-058a-e511-80f7-000c29c9ba21

Additional information can be obtained from the above-mentioned address

Applications or, where applicable, tenders must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=a5871cd1-ef19-ec11-810e-005056b64545&p=2241eb95-058a-e511-80f7-000c29c9ba21

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Concession Contract for Electric Vehicle Charging Points Infrastructure Borough Wide (London Borough of Hackney)

Reference number

DN565147

two.1.2) Main CPV code

  • 51000000 - Installation services (except software)

two.1.3) Type of contract

Services

two.1.4) Short description

Hackney Council wishes to see a network capable of charging 3000 vehicles by 2030 with a near term goal of 1500 additional capacity in Hackney within 3 years of initial contract.

The Council intends to work in partnership with the appointed service delivery partners with expertise in this field, which will allow the Council to take a holistic approach for the rollout of infrastructure and minimise the capital investment required by the Council. The Council proposes a collaborative operational model that is intended to be mutually beneficial to the Council and the Provider.

two.1.5) Estimated total value

Value excluding VAT: £6,550,000

two.1.6) Information about lots

This concession is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

The London Borough of Hackney will use the Competitive Procedure with Negotiation procurement route

There are 4 contracts

Contract 1: Rapid Charging (50Kw) on street

Contract 2: Fast Charging (7-22Kw) on street

Contract 3: On Street residential charging:

Contract 4: Fleet charging points

Installation contract : 2 years + 1 +1 (total 4 years)

Concession contract: up to 15 years for all contracts

The Council recognises that there may be several chargepoint operators and hardware suppliers required to deliver all aspects of the contracts. The Council understands that a Partner can act as an aggregator CPNO and subcontract elements of the work for the duration of the contract. The Council will consider all options with regards to how the individual contracts are managed. This may include individual suppliers for each contract or a main contractor and sub contractor model, this can be explored at the negotiation stage of the tender process.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,550,000

two.2.7) Duration of the concession

Duration in months

180

two.2.14) Additional information

These contracts are made up of 2 parts:

Installation contract : 2 years + 1 +1 (total 4 years)

Concession contract: 15 years for all contracts


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions, indication of information and documentation required

Supplier questionnaire criteria

Bidders must demonstrate that they have economic arrangements in place to cover the 2 + 2 year installation element of the contract.

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

three.2) Conditions related to the concession

three.2.2) Concession performance conditions

As set out in tender documentation


Section four. Procedure

four.2) Administrative information

four.2.2) Time limit for submission of applications or receipt of tenders

Date

4 November 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As set out in tender documentation

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Tenderers who are unsuccessful shall be informed by the relevant authority as soon as possible after the decision has been made as to the reasons why the tenderer was unsuccessful. A 10 day standstill period shall be observed prior to the entry into a contract by the relevant authority.

If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authorities to amend any document and may award damages.

If the contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine and/or order that the duration of the contract be shortened.

The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

The Public Procurement Review Service of the Cabinet Office

70 Whitehall

London

SW1A 2AS

Telephone

+44 3450103503

Country

United Kingdom