Opportunity

F07256 Electric Vehicle Charging Points Framework

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice reference: 2021/S 000-027860

Published 5 November 2021, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238UL

Email

procurement.support@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

uk,https://www.hants.gov,uk

Buyer's address

https://intendhost.co.uk/hampshire

one.3) Communication

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

https://intendhost.co.uk/hampshire

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://intendhost.co.uk/hampshire

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

F07256 Electric Vehicle Charging Points Framework

Reference number

CC18191

two.1.2) Main CPV code

  • 31158000 - Chargers

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hampshire County Council (HCC) wishes to establish a Single Supplier Framework Agreement from a suitably

experienced and qualified organisation, for the Deployment of Electric Vehicle Charging Points, from which

any public sector organisation detailed within this Notice can order feasibility assessments, installation & deployment works and charging point maintenance and management services.

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30163000 - Charge cards
  • 31681500 - Rechargers
  • 34920000 - Road equipment
  • 34996300 - Control, safety or signalling equipment for parking facilities
  • 38731000 - Token meters
  • 42992000 - Special-purpose electrical goods
  • 45213312 - Car park building construction work
  • 45223300 - Parking lot construction work
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50324100 - System maintenance services
  • 51110000 - Installation services of electrical equipment
  • 51214000 - Installation services of parking meter equipment
  • 63712600 - Vehicle refuelling services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71248000 - Supervision of project and documentation
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 79342200 - Promotional services
  • 98351100 - Car park services

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales
Main site or place of performance

Within Hampshire and the Isle of Wight, Oxfordshire, Berkshire, Wiltshire, Surrey, West Sussex, Dorset, Wales, Devon, Gloucester, Somerset, Cornwall, Buckinghamshire, Bedford, Hereford, Essex, Greater London, Kent and East Sussex.

two.2.4) Description of the procurement

This single source Deployment of Electric Vehicle Charging Points Framework Agreement is to provide a compliant procurement vehicle for Hampshire County Council, its partners and other Contracting Authorities.

The Framework Agreement Supplier is to provide a turnkey service encompassing three key areas of activity:

- Feasibility studies - to assess the viability of locations for electric vehicle charging points - to include obtaining any permissions/licences and planning consents; liaison with District Network Operator(s) (DNO) and local authority Highways; confirm viability for GSM/SMS signal coverage; agree costs and financial options for return on investment supported by a business case, and operational management of charging points.

- Installation and deployment - to include installation; equipment delivery to site; electric vehicle chargers; bollards/guards; signage; parking bay marking; electric vehicle charging cables; RFID access cards; back office connection etc.

- Charging point service and management - to include service and maintenance (including warranties) of charging points; monitoring and management of charge points; provision of management information for pre-determined meetings. (This may also include the service and management of existing charge points currently owned by Contracting Authorities). Public awareness - via Zap Map and the National Charge Point Registry and other suitable media platforms.

The subsequent Orders for the Service and Management activity for charging points (once installed), can be for a period of up to 15 years. This will offer cost beneficial delivery solutions for Contracting Authorities and support the delivery of a charging point network in the region.

The Supplier will provide investment funding and/or any Government Grant funding available to support the delivery of the Contracting Authorities charging point requirements, where a blend of public and/or private sector investment maximises the opportunities for deploying more EV charging points.

The supplier will be required to provide promotional Public Sector events either in person at venue's or on-line, four time a year with a focus on delivering the frameworks benefits to any eligible framework user.

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: £25,000,000

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


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

Organisations are advised it is a condition of the framework that all managers and operatives (including subcontractors) are suitably competent to execute all trades and operations encompassed by this framework in full compliance with UK legislation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per the requirements of Regulation 58 of the Public Contracts Regulations 2015, and set out in the Invitation to Tender documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per the requirements of Regulation 58 of the Public Contracts Regulations 2015, and set out in the Invitation to Tender documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Organisations are advised it is a condition of this framework that all managers and operatives (including subcontractors) are suitably competent to execute all trades and operations encompassed by this framework in full compliance with UK legislation.


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

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

Date

7 December 2021

Local time

2:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 December 2021

Local time

10:00am

Place

Hampshire County Council

Winchester


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

Electronic invoicing will be accepted with prior agreement and electronic payment via BACs is preferred.

Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/hampshire, and complete and submit the tender return documents by the closing date stated at IV.2.2.

How to obtain the tender documents:

The tender documents can be accessed when logged into InTend by selecting 'View Details' on the relevant tender advert and clicking 'Express Interest' tab. Once in the tender there are

five tabs: 'Tender', 'ITT -documents', 'Correspondence', 'Clarifications' and 'History'. Select the second tab (ITT - documents) where you will find useful information under 'Tender

Details' continue to scroll down to the heading 'Tender Documents Received' where you will be able to view/download the documents.

Opting in and out:

Please note you are required to 'Opt In' before you can access the 'My tender Return' to start populating your response.

The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option to declaring you no longer want to receive any further communication in relation to this tender along with the opportunity of providing comments and feedback for this decision. You can choose to 'Opt In' at any time during the tender process if you initially decided to 'Opt Out'.

The framework agreement will also be available for use by the following participating public sector and local authority organisations within Hampshire and the Isle of Wight, Oxford, Berkshire, Wiltshire, Surrey, West Sussex, Dorset, Wales, Devon, Gloucester, Somerset, Cornwall, Bucks, Bedford, Hereford, Essex, Greater London, Kent and East Sussex:

• Local Authorities

• County Councils

• Unitary Authorities

• City Councils

• District and Borough Councils

• Town & Parish Councils

• Government Departments

• Universities, Further & Higher Education establishments

• National Park Authorities

• Housing Associations

• Police Authorities, Fire and Rescue Services and all other Emergency Service organisations

• Health Services, NHS Trusts and Foundation Trusts

• All Schools within the State education system, including Maintained & Federated schools, Academies, Multi-Academy Trusts and Free schools, all Faith/Diocese schools

• Nursery schools maintained by a local Authority

• Ministry of Defence establishments

• HCC Activity Centres in the Brecon Beacons in Wales

It further includes successors to those that currently exist.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom