Tender

Ref: 09/08 – EV Charging Infrastructure & Solar Carports

  • Academy Transformation Trust

F02: Contract notice

Notice identifier: 2022/S 000-023544

Procurement identifier (OCID): ocds-h6vhtk-03624b

Published 24 August 2022, 8:58am



The closing date and time has been changed to:

3 October 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Academy Transformation Trust

Unit 4, Second Floor Emmanuel Court, Reddicroft

Sutton Coldfield

B73 6DA

Contact

Edward Thomas

Email

edward.thomas@attrust.org.uk

Telephone

+44 7876861783

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

http://www.academytransformationtrust.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA38669

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Ref: 09/08 – EV Charging Infrastructure & Solar Carports

Reference number

09/08

two.1.2) Main CPV code

  • 09330000 - Solar energy

two.1.3) Type of contract

Supplies

two.1.4) Short description

Description of the procurement:

Supply of EV charging infrastructure, solar carports and other ancillary supplies and services.

The successful contractor shall supply (and install) electric vehicle charging infrastructure and solar carports to the Authority and other contracting authorities ('contracting authorities' as defined by the Public Contracts Regulations 2015).

The successful contractor shall also provide a commercial or funded solution, where relevant, to minimise initial capital outlay for the Authority (or other contracting authorities). A variety of funding options will be considered, including lease solutions and power purchase agreements.

The successful contractor shall also deliver other ancillary supplies and services to the Authority (or other contracting authorities) including:

- operations and maintenance services;

- design and structural engineering services;

- site and ground investigations;

- feasibility studies;

- planning and DNO applications.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31682000 - Electricity supplies
  • 09330000 - Solar energy
  • 09332000 - Solar installation

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham

two.2.4) Description of the procurement

II.2.4)Description of the procurement:

Supply of EV charging infrastructure, solar carports and other ancillary supplies and services.

The successful contractor shall supply (and install) electric vehicle charging infrastructure and solar carports to the Authority and other contracting authorities ('contracting authorities' as defined by the Public Contracts Regulations 2015).

The successful contractor shall also provide a commercial or funded solution, where relevant, to minimise initial capital outlay for the Authority (or other contracting authorities). A variety of funding options will be considered, including lease solutions and power purchase agreements.

The successful contractor shall also be required to deliver other ancillary supplies and services to the Authority (or other contracting authorities) including:

- operations and maintenance services;

- design and structural engineering services;

- site and ground investigations;

- feasibility studies;

- planning and DNO applications.

two.2.5) Award criteria

Quality criterion - Name: design and compliance / Weighting: 5

Quality criterion - Name: programme / Weighting: 5

Quality criterion - Name: planning requirements / Weighting: 15

Quality criterion - Name: funding and commercial model / Weighting: 20

Quality criterion - Name: ONM & EV charging management / Weighting: 5

Cost criterion - Name: Cost / Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

21 October 2022

End date

21 October 2025

This contract is subject to renewal

Yes

Description of renewals

option to extend for one year

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

two.2.14) Additional information

other contracting authorities as defined by the Public Contract Regulations 2015 are able to access supplies and services available on this framework


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

Selection criteria stated within the procurement documents appendix 2

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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

does not exceed 4 years

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

26 September 2022

Local time

12:00pm

Changed to:

Date

3 October 2022

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 September 2022

Local time

12:00pm


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.3) Additional information

This framework is open to other contracting authorities as defined in the Public Contract Regulations 2015 via an access agreement

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227183.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:227183)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit