Contract notice

Information

Published

Expire date: 12/06/2023

External Reference: 2023-588600

FTS Reference: 2023-012409

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Keith Robertson
Telephone: +44 79260000
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67837&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Electrical Vehicle Charging Point Framework (Lots 1-3)
Reference number:  EU Supply Ref 73822
II.1.2)

Main CPV code

63712600  -  Vehicle refuelling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Electrical Vehicle Charging Point Framework for Lambeth Borough Council is made up of three Lots. Each Framework Lot will be awarded to up to 5 Providers, who will then service the Authority's needs through either Direct Award for call-offs up to £100k or by Further Competition for Call-offs over £100,000. Lot 1 is for the Supply and Installation of Electrical Vehicle Charging Points (EVCPs). Lot 2 is for the Maintenance of Lambeth's circa 250 existing EVCPs, plus additional EVCPs installed under Lot 1. Lot 3 is for delivery of a Back-Office Function and Income Management Service. The four types of unit identified under Lot 1 must be capable of being maintained by providers other than the manufacturer and Bidders for Lot 3 must also bid for Lot 2.
II.1.5)

Estimated total value

Value excluding VAT: 7000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
II.2)

Description

II.2.1)

Title

Electrical Vehicle Charging Point Framework (Lots 1-3)
Lot No:  1
II.2.2)

Additional CPV code(s)

31158000  -  Chargers
31158100  -  Battery chargers
50532000  -  Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532400  -  Repair and maintenance services of electrical distribution equipment
51110000  -  Installation services of electrical equipment
71314200  -  Energy-management services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
SW2 1RW
II.2.4)

Description of the procurement

The Electrical Vehicle Charging Point Framework for Lambeth Borough Council is made up of three Lots. Each Framework Lot will be awarded to up to 5 Providers, who will then service the Authority's needs through either Direct Award for call-offs up to £100k or by Further Competition for Call-offs over £100,000. Lot 1 is for the Supply and Installation of Electrical Vehicle Charging Points (EVCPs). Lot 2 is for the Maintenance of Lambeth's circa 250 existing EVCPs, plus additional EVCPs installed under Lot 1. Lot 3 is for delivery of a Back-Office Function and Income Management Service. The four types of unit identified under Lot 1 must be capable of being maintained by providers other than the manufacturer and Bidders for Lot 3 must also bid for Lot 2.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 7000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.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
Envisaged maximum number of participants to the framework agreement:  15
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/06/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  05/12/2023
IV.2.7)

Conditions for opening of tenders

Date:  05/06/2023
Local time:  12:00
Place:  
Electronic tenders will be uploaded to the Authority's e-tendering portal - EU Supply.
Information about authorised persons and opening procedure:  
A minimum of two authorised persons will unlock the Tender after the published deadline receipt of tenders. Tenders not received by the published deadline will normally be rejected, unless evidence of a technical difficulty has been provided or highlighted to the Authority's Procurement Adviser prior to the deadline.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

CEDR
70 Fleet Street
London
EC4Y 1EU
UK

VI.4.4)

Service from which information about the review procedure may be obtained

High Court
The Strand
London
WC2A 2LL
UK