Section one: Contracting authority/entity
one.1) Name and addresses
London Borough of Hackney
1 Hillman Street
LONDON
E81DY
Contact
Judith Hughes
Telephone
+44 2083563000
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
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