web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Winchester: Deployment of Electric Vehicle Charging Points Framework Agreement

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2018/S 052-115066/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Contract award notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Hampshire County Council
Postal address: The Castle
Town: Winchester
Postal code: SO23 8UJ
Country: United Kingdom
Telephone: +44 1962832323
Email: procurement.support@hants.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

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: Deployment of Electric Vehicle Charging Points Framework Agreement

Reference number: R09128P
II.1.2) Main CPV code: 31158000
II.1.3) Type of contract Supplies
II.1.4) Short Description: Single supplier framework agreement for the Deployment of electric vehicle charging points, from which any public sector organisation detailed within this Notice at Section VI.3 Additional Information, can order feasibility assessments, installation and deployment works and charging point management services. The framework agreement also provides the opportunity to adopt existing charging point assets to offer consistent service and management activity for all charging points.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:27000000.00
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 31158000
Main CPV code: 30163000
Main CPV code: 31681500
Main CPV code: 34920000
Main CPV code: 34923000
Main CPV code: 34996300
Main CPV code: 38731000
Main CPV code: 42992000
Main CPV code: 45200000
Main CPV code: 45213312
Main CPV code: 45223300
Main CPV code: 50000000
Main CPV code: 50200000
Main CPV code: 50324100
Main CPV code: 51100000
Main CPV code: 51110000
Main CPV code: 51214000
Main CPV code: 63712600
Main CPV code: 71241000
Main CPV code: 71242000
Main CPV code: 71243000
Main CPV code: 71244000
Main CPV code: 71245000
Main CPV code: 71248000
Main CPV code: 71600000
Main CPV code: 98351100
Main CPV code: 72400000

II.2.3) Place of performance
Nuts code: UKJ3, UKJ1, UKK2, UKJ26, UKJ25, UKJ27, UKJ28, UKK1, UKL, UKK4
Main site or place of performance:Within the Counties of Hampshire, Berkshire, Devon, Dorset, Oxfordshire, Surrey, West Sussex, and Wiltshire; also the Isle of Wight, and may include HCCs Activity Centre in the Brecon Beacons in Wales.

II.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 private sector investment maximises the opportunities for deploying more EV charging points.

II.2.5)Award criteria
Quality criterion – Name: Management structure and resources/Weighting:16 %Quality criterion – Name: Feasibility business case development/Weighting:12 %Quality criterion – Name: Increasing the charging point network locations/Weighting:10 %Quality criterion – Name: Charging point availability / Management of failures and complaints/Weighting:8 %Quality criterion – Name: Charging points visibility and promotion/Weighting:8 %Quality criterion – Name: Health and safety and working in public areas/Weighting:6 %
Cost criterion – Name: Adoption of contracting authorities existing electric vehicle charging points/Weighting:5 %Cost criterion – Name: Feasibility and business case development/Weighting:10 %Cost criterion – Name: Installation works for EVCPs Pricing Scenario 1/Weighting:5 %Cost criterion – Name: Installation works for EVCPs Pricing Scenario 2/Weighting:6 %Cost criterion – Name: Installation works for EVCPs Pricing Scenario 3/Weighting:6 %Cost criterion – Name: Installation works for EVCPs Pricing Scenario 4/Weighting:3 %Cost criterion – Name: Charging point usage Rebate/Weighting:5 %
II.2.11) Information about options
Options yes
Description of options: The framework will operate for a period of 24 months, with an option to extend by up to a further 24 months.
The total estimated value stated in Section II.1 at II.1.7 includes the option period.

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: The value of GBP 27 000 000 is the estimated potential value based on HCC’s requirements and known participating public sector organisations. The value of participation by the wider public sector cannot be calculated accurately or guaranteed but has nevertheless been incorporated within a range of GBP 12 000 000 to 27 000 000 for the duration of the underlying Orders.

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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2017/S 229-476834
Section V: Award of contract
Contract No: R09128P
Title: Deployment of Electric Vehicle Charging Points Framework Agreement

A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-09
V.2.2) Information about tenders
Number of tenders received:6
Number of tenders received from SMEs:4
Number of tenders received by electronic means:6
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Joju Ltd
National registration number: 5881628
Postal address: 170 Finchley Road
Town: London
Postal code: NW3 6BP
Country: United Kingdom
Nuts code:
The contractor is an SME yes

V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 27000000.00
Total value of the contract/lot:27000000.00
Currency:GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Short description of the part of the contract to be subcontracted:Ground works – civil engineering.

Section VI: Complementary information
VI.3) Additional information:
Electronic invoicing will be accepted with prior agreement and electronic payment via BACS is preferred.
The framework agreement will be open to all public bodies in and around Hampshire and the Isle of Wight, and in Berkshire, Devon, Dorset, Oxfordshire, Surrey, West Sussex, Wiltshire, which could include County Councils, Unitary Authorities, City Councils, District and Borough Councils, Town Councils, Universities, Further Education Establishments, National Park Authorities, Housing Associations, Police Authorities, Fire and rescue services and other Emergency service organisations and Health services, Academies, Schools (including all faith, maintained and ‘Free’ Schools), and the Ministry of Defence, and may include a HCC Activity Centre in the Brecon Beacons in Wales. It further includes successors to those that currently exist.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Hampshire County Council
Postal address: The Castle
Town: Winchester
Postal code: SO23 8UJ
Country: United Kingdom
Telephone: +44 1962832323
E-mail: procurement.support@hants.gov.uk
Internet address: www.hants.gov.uk

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As set out in the Public Contract Regulations 2014/24/EU.

VI.5) Date of dispatch of this notice:
2018-03-14