º£½ÇÉçÇøapp

Construction Tenders

Mon September 16 2024

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 4

Status Active

Published 4th Sep 2024

Tender Details
Referenceocds-h6vhtk-04982c
Common Procurement VocabularyElectrical installation work
Procurement MethodOpen procedure
Value£800,000,000
« Previous Page

United Kingdom

Category Works

Type

No. of Lots 4

Status Active

Published 4th Sep 2024

Tender Details
Referenceocds-h6vhtk-04982c
Common Procurement VocabularyElectrical installation work
Procurement MethodOpen procedure
Value£800,000,000

Section I: Contracting authority

I.1) Name and addresses

Kent County Council (T/A Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

I.2) Information about 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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned 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

Electric Vehicle Infrastructure and Associated Solutions Y23049

Reference number

Y23049

II.1.2) Main CPV code

  • 45310000 - Electrical installation work

II.1.3) Type of contract

Works

II.1.4) Short description

This Framework Agreement will facilitate the procurement of a full range of Electric Vehicle Infrastructure and Associated Solutions, including auditing of existing equipment, providing expert advice and solutions as well as supply and installation, for public sector Customers.

This Framework Agreement is open to all public sector organisations and has been split into four (4) LOTs;

LOT 1 – Electric Vehicle Charge Points

LOT 2 – Back Office Solutions, Service and Maintenance

LOT 3 – Consultancy Services

LOT 4 – Heavy Goods Vehicle and Bus Charging

Suppliers must be able to cover all requirements

II.1.5) Estimated total value

Value excluding VAT: £800,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Electric Vehicle Charge Points

Lot No

1

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 31158100 - Battery chargers
  • 42992000 - Special-purpose electrical goods
  • 31681500 - Rechargers
  • 51100000 - Installation services of electrical and mechanical equipment
  • 45223300 - Parking lot construction work
  • 71241000 - Feasibility study, advisory service, analysis
  • 71244000 - Calculation of costs, monitoring of costs
  • 71248000 - Supervision of project and documentation
  • 45233270 - Parking-lot-surface painting work
  • 45311000 - Electrical wiring and fitting work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply of electric vehicle charge points and is to provide a turnkey solution in line with Customers specification, to include but not limited to:

•Accessible vehicle charge point hardware

•Back-office solutions

•Electric vehicle charge point hardware

•Electric vehicle charge point leasing

•Feasibility study

•Funding application assistance

•Installation and deployment

•Service and management

Associated solutions may also include, solar equipment, panels and Services, battery storage, signage, bay markings, cabling and car park canopies. This is not an all-inclusive list and depends on individual Customer requirements.

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: £325,000,000

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

II.2) Description

II.2.1) Title

Back Office Solutions, Service and Maintenance

Lot No

2

II.2.2) Additional CPV code(s)

  • 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
  • 30163000 - Charge cards
  • 50324100 - System maintenance services
  • 72400000 - Internet services
  • 98351100 - Car park services
  • 79342300 - Customer services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for use by Customers who already have electric vehicle charge point hardware in place, but are looking to change the Supplier of their back office/management system and charger support, to include but not limited to:

•Annual Service and maintenance

•Back office operation

•Customer Service response line

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: £100,000,000

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

II.2) Description

II.2.1) Title

Consultancy Services

Lot No

3

II.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 72100000 - Hardware consultancy services
  • 72110000 - Hardware selection consultancy services
  • 72224000 - Project management consultancy services
  • 79314000 - Feasibility study
  • 79311000 - Survey services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 71600000 - Technical testing, analysis and consultancy services
  • 71240000 - Architectural, engineering and planning services
  • 71242000 - Project and design preparation, estimation of costs

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for Customers looking for guidance on new electric vehicle charge point opportunities, site surveys and feasibility studies to include idea of financial model (commercial help to be included as standard), to include, but not limited to:

•Advice on available funding

•Feasibility studies

•Funding application assistance

•Specification guidance

•Site survey

•Usage evaluation

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: £50,000,000

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request

II.2) Description

II.2.1) Title

Heavy Goods Vehicle and Bus Charging

Lot No

4

II.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 79314000 - Feasibility study
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 38322000 - Pantographs
  • 50324100 - System maintenance services
  • 71242000 - Project and design preparation, estimation of costs
  • 31158100 - Battery chargers
  • 45223300 - Parking lot construction work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is to cater for all charging requirements for heavy goods vehicles and buses, to include but not limited to:

•Feasibility study

•Funding application assistance

•Installation and deployment

•Panel charging

•P²¹²Ô³Ù´Ç²µ°ù²¹±è³ó

•Plug in

•Service and management

Associated solutions will also include, solar equipment, panels and Services, battery storage signage, bay markings, cabling, hydrogen options and canopies. This is not an all-inclusive list and depends on individual Customer requirements

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: £325,000,000

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

II.2.14) Additional information

This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request


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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

11 October 2024

Local time

2:00pm

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

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

11 October 2024

Local time

2:15pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

GO Reference: GO-202494-PRO-27592628

VI.4) Procedures for review

VI.4.1) Review body

Commercial Services Kent Limited

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

VI.4.2) Body responsible for mediation procedures

Commercial Services

Procurement Services Group, 1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement [at] csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address