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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
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