- Scope of the procurement
- Lot 2. Supply Only of Electric Vehicle Charging Equipment and Associated Items
- Lot 1. Supply, Installation and Maintenance of Electric Vehicle Charging Equipment and Associated Items
- Lot 4. Maintenance of Electric Vehicle Charging Equipment and Associated Items
- Lot 3. Installation of Electric Vehicle Charging Equipment and Associated Items
Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
transport@scotland-excel.org.uk
Telephone
+44 3003001200
Fax
+44 1416187423
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.scotland-excel.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Electric Vehicle Charging Infrastructure
Reference number
2119
two.1.2) Main CPV code
- 45310000 - Electrical installation work
two.1.3) Type of contract
Works
two.1.4) Short description
This framework will provide councils and other participating bodies with a mechanism to procure a range of works, products and services, including the supply, installation and maintenance of electric vehicle charging equipment and associated items (e.g. feeder cabinets) for depots, fleets, on-street and off-street requirements.
two.1.5) Estimated total value
Value excluding VAT: £80,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Supply Only of Electric Vehicle Charging Equipment and Associated Items
Lot No
2
two.2.2) Additional CPV code(s)
- 34144900 - Electric vehicles
- 31158100 - Battery chargers
- 34900000 - Miscellaneous transport equipment and spare parts
- 31610000 - Electrical equipment for engines and vehicles
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot will provide councils and other participating bodies with a mechanism to procure a range of products, including, but not limited to, electric vehicle charging equipment and associated items for depots, fleets, on-street and off-street requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework Contract will run for two years from the commencement date with an option to extend for up to two twelve-month periods.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Supply, Installation and Maintenance of Electric Vehicle Charging Equipment and Associated Items
Lot No
1
two.2.2) Additional CPV code(s)
- 34144900 - Electric vehicles
- 45310000 - Electrical installation work
- 45233120 - Road construction works
- 31158100 - Battery chargers
- 34900000 - Miscellaneous transport equipment and spare parts
- 31610000 - Electrical equipment for engines and vehicles
- 31600000 - Electrical equipment and apparatus
- 50000000 - Repair and maintenance services
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 45317000 - Other electrical installation work
- 45311000 - Electrical wiring and fitting work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot will provide councils and other participating bodies with a mechanism to procure a range of works, products and services, including, but not limited to, the supply, installation and maintenance of electric vehicle charging equipment and associated items (e.g. feeder cabinets) for depots, fleets, on-street and off-street requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework Contract will run for two years from the commencement date with an option to extend for up to two twelve-month periods.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Maintenance of Electric Vehicle Charging Equipment and Associated Items
Lot No
4
two.2.2) Additional CPV code(s)
- 34144900 - Electric vehicles
- 31158100 - Battery chargers
- 31610000 - Electrical equipment for engines and vehicles
- 50000000 - Repair and maintenance services
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot will provide councils and other participating bodies with a mechanism to procure a range of services, including, but not limited to, the maintenance of electric vehicle charging equipment and associated items (e.g. feeder cabinets) for depots, fleets, on-street and off-street requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework Contract will run for two years from the commencement date with an option to extend for up to two twelve-month periods.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
two.2) Description
two.2.1) Title
Installation of Electric Vehicle Charging Equipment and Associated Items
Lot No
3
two.2.2) Additional CPV code(s)
- 34144900 - Electric vehicles
- 45310000 - Electrical installation work
- 45233120 - Road construction works
- 45317000 - Other electrical installation work
- 45311000 - Electrical wiring and fitting work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.
two.2.4) Description of the procurement
This lot will provide councils and other participating bodies with a mechanism to procure a range of works, including, but not limited to, the installation of electric vehicle charging equipment and associated items (e.g. feeder cabinets) for depots, fleets, on-street and off-street requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework Contract will run for two years from the commencement date with an option to extend for up to two twelve-month periods.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - Insurance Requirements
SPD (SCOTLAND) QUESTIONS 4B.6 - Other Economic and Financial Requirements
Minimum level(s) of standards possibly required
SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - INSURANCE REQUIREMENTS:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP for each and every claim.
PUBLIC/PRODUCTS LIABILITY = minimum level of 10 million GBP, each and every claim and in the aggregate for products.
MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage; unlimited in respect of personal injury.
Minimum level(s) of standards required:
SPD (SCOTLAND) QUESTION 4B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A. For bidders who will sub contract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has on-going arrangements in place to ensure that sub-contractors’ vehicles are appropriately insured and maintained.
B. The bidder is to confirm that a search of the bidder against Equifax’s Protect will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not represent an unmanageable risk should it be appointed onto the proposed Framework Agreement.
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. SPD (Scotland) Question 4C.10 - Subcontracting
3. SPD (Scotland) Question 4D.1 - Quality Management Procedures
4. SPD (Scotland) Question 4D.1 - Health and Safety Procedures
5. SPD (Scotland) Question 4D.2 - Environmental Management Systems or Standards
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required
Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the "2119 - III.1.3 Technical and Professional Ability" document, which can be found in the "Information and Instructions" folder in the "Buyer Attachments" area, within ITT 40460 of project 19217.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).
For full details of the condition relevant to the proposed Framework Agreement, and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section "I.3) Communication" of this Contract Notice).
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 several operators
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009114
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 December 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
23 December 2021
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 Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the UK. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force.
Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members namely 32 local authorities in Scotland, Tayside Contracts, associate members, NHS, APUC, Scottish Prison Service, Police Scotland, Scottish Ambulance Service, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. Scotland Excel local authority members and associate members entitled to use this framework, are listed at https://home.scotland-excel.org.uk/about-us/our-members/
Tenderers are advised that the envisaged maximum number of participants that might be appointed is purely indicative. Scotland Excel reserves the right to appoint more or less bidders to the proposed Framework Agreement.
Tenderers are advised that whether electronic ordering, invoicing and payment (section V1.2 above) will be used or accepted is at the discretion of each Local Authority Member or Associate Member which will be settled by them during call-off of a contract under this proposed Framework Agreement.
Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the Single Procurement Document (Scotland):
- whether the Tenderer intends to subcontract any share of the contract to a third party;
- list of the proposed subcontractors as far as it is known at that stage; and
- what proportion / percentage of the contracts to be called-off under the proposed framework agreement does the Tenderer intend to subcontract.
Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out above (section III).
Bidders should note that retrospective rebates apply to this Framework. Details can be found within the Framework Contract document.
Suppliers will be required to provide management Information (MI) and KPIs on a quarterly basis and report on Community Benefits provided bi-annually.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19217. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:673323)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.