Electric Vehicle Charging Points - P5941 2000 Standard Chargers (5kw) and P5942 35 Rapid Chargers (50kw)

A Tender Notice
by TOWER HAMLETS

Source
Contracts Finder
Type
Contract (Services)
Duration
14 year
Value
___
Sector
INDUSTRIAL
Published
30 Jul 2024
Delivery
25 Aug 2025 to 24 Nov 2039
Deadline
30 Aug 2024 11:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Council wishes to expand the Electric Vehicle charging infrastructure across the borough. The expansion will involve the installation of 2000 standard 5kw charging points and 35 rapid 50 kw charging points The services will be split into 2 lots and the details of the lots are as follows: • P5941 Lot 1: Standard Chargers - 2000 standard 5kw charging points to be attached to street lighting columns across the borough. • P5942 Lot 2: 35 Rapid chargers - 35 Rapid 50kw charging points to be deployed at various sites identified by the Authority. Tenderers may bid for one or both lots, but each lot will be evaluated and awarded separately, more details are available in the Invitation to Tender documents. The Contract term for Lot 2 will be 15 years although the Authority reserves the right to terminate the Contract on year 8. The Contract term for Lot 1 is for a period of 10 years. The procurement is a 2-stage restricted procedure Stage One - Tenderers will express an interest to the contract opportunity by submitting a Selection Questionnaire (SQ. The questionnaire is designed to establish their capacity, experience and suitability. Only 5 (or more) tenderers will be shortlisted from each lot and invited to submit a tender. Stage Two (Invitation to Tender) - Shortlisted Tenderers which meet the selection criteria will be invited to tender. All tenderers are evaluated in line with the methodology and award criteria set out in the tender documentation.

CPV Codes

  • 31600000 - Electrical equipment and apparatus
  • 34144900 - Electric vehicles

Indicators

  • Contract is suitable for SMEs.

Other Information

Please note the following: 1. Tenderers are required to use section 1.4 of the SQ to indicate lot preference. 2. Tenderers will be required to demonstrate at invitation to tender stage that the hold the following certifications: a) ISO 27001:2013 - Information Security Management certification b) Payment Card Industry Data Security Standard (PCI DSS) certification c) Cyber Essentials Certificate

Reference

Domains