Tender

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

TOWER HAMLETS

This public procurement record has 6 releases in its history.

Tender

31 Jul 2024 at 14:11

Tender

31 Jul 2024 at 13:04

Tender

31 Jul 2024 at 11:54

Tender

31 Jul 2024 at 11:51

Tender

30 Jul 2024 at 15:31

Tender

30 Jul 2024 at 15:29

Summary of the contracting process

Tower Hamlets Council is seeking to expand its electric vehicle charging infrastructure across the borough with a tender titled "Electric Vehicle Charging Points - P5941 2000 Standard Chargers (5kw) and P5942 35 Rapid Chargers (50kw)." The procurement, categorised under electrical equipment and apparatus, is aimed at installing 2000 standard 5kw charging points on street lighting columns and 35 rapid 50kw charging points at various sites. The procurement is in the tender stage, conducted as a 2-stage restricted procedure. Interested parties can express interest by 30 August 2024, with the contracts commencing on 25 August 2025 and spanning up to 15 years.

This tender offers significant growth opportunities for businesses specialised in electric vehicle infrastructure and related services. Companies with experience and certifications in ISO 27001:2013, PCI DSS, and Cyber Essentials are particularly well-suited to bid, whether they aim for one or both lots. SMEs especially stand to benefit from this opportunity to work with a public sector entity committed to technological advancements in electric vehicle charging. Shortlisted suppliers can leverage their expertise to secure long-term contracts, enhancing their portfolio and market standing.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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. If you are interested in this opportunity, please click on the website link below: https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True Additional 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

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c460b4f9-d086-4aa6-b587-eb7ce67306f5
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/57b12809-1e02-4064-aab4-8921403194bf
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

34 - Transport equipment and auxiliary products to transportation


CPV Codes

31600000 - Electrical equipment and apparatus

34144900 - Electric vehicles

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Jul 20241 years ago
Submission Deadline
30 Aug 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
24 Aug 2025 - 24 Nov 2039 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TOWER HAMLETS
Contact Name
Anthony Chinweze
Contact Email
anthony.chinweze@towerhamlets.gov.uk
Contact Phone
+44 0

Buyer Location

Locality
LONDON
Postcode
E1 1BJ
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI42 Tower Hamlets
Delivery Location
Not specified

Local Authority
Tower Hamlets
Electoral Ward
Whitechapel
Westminster Constituency
Bethnal Green and Stepney

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-c460b4f9-d086-4aa6-b587-eb7ce67306f5-2024-07-31T15:11:46+01:00",
    "date": "2024-07-31T15:11:46+01:00",
    "ocid": "ocds-b5fd17-c460b4f9-d086-4aa6-b587-eb7ce67306f5",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "TOWER001-DN735128-77805941",
        "title": "Electric Vehicle Charging Points - P5941 2000 Standard Chargers (5kw) and P5942 35 Rapid Chargers (50kw)",
        "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. If you are interested in this opportunity, please click on the website link below: https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True Additional 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",
        "datePublished": "2024-07-30T16:29:25+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "31600000",
            "description": "Electrical equipment and apparatus"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34144900",
                "description": "Electric vehicles"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-08-30T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-08-25T00:00:00+01:00",
            "endDate": "2039-11-24T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8c24fac3-cf9a-43a9-aded-471cff8c205e",
                "datePublished": "2024-07-30T16:29:25+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/422777d7-0284-4019-b4d0-cb8761ae8d1d",
                "datePublished": "2024-07-30T16:29:25+01:00",
                "dateModified": "2024-07-30T16:31:56+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/a0999090-cebc-4092-9482-2b16b921bf13",
                "datePublished": "2024-07-30T16:29:25+01:00",
                "dateModified": "2024-07-31T12:51:29+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c10c7056-6635-433e-940b-a7f578fde30f",
                "datePublished": "2024-07-30T16:29:25+01:00",
                "dateModified": "2024-07-31T12:54:02+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7e1cd65c-8ee9-4583-96df-d7d175b59ea3",
                "datePublished": "2024-07-30T16:29:25+01:00",
                "dateModified": "2024-07-31T14:04:10+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/57b12809-1e02-4064-aab4-8921403194bf",
                "datePublished": "2024-07-30T16:29:25+01:00",
                "dateModified": "2024-07-31T15:11:46+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-278142",
            "name": "Tower Hamlets",
            "identifier": {
                "legalName": "Tower Hamlets"
            },
            "address": {
                "streetAddress": "New Town Hall, 160 Whitechapel Road London",
                "locality": "London",
                "postalCode": "E1 1BJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Anthony Chinweze",
                "email": "anthony.chinweze@towerhamlets.gov.uk",
                "telephone": "+44 0"
            },
            "details": {
                "url": "https://procontract.due-north.com/Opportunities"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-278142",
        "name": "Tower Hamlets"
    }
}