{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-048614-2024-07-30T18:17:40+01:00",
    "date": "2024-07-30T18:17:40+01:00",
    "ocid": "ocds-h6vhtk-048614",
    "description": "Price is not the only award criterion and all criteria are stated only in the procurement documents. In addition, suppliers are to note that the Council requires the successful contractor to deliver Social Value as added value to the community. Details of the Council's Social Value priorities are provided in the tender documents. This procurement will be managed electronically via the London Tender Portal. To participate in the procurement, participants shall first be registered on the e-tendering suite. If bidders have not yet registered on the e-tendering suite, this can be done online at https://procontract.due-north.com/register. Note: registration may take some time, so please ensure that you allow a sufficient amount of time to register. Full instructions can be found at https://supplierhelp.due-north.com/ Once you have registered on the e-Tendering Suite, a registered user can express an interest for a specific procurement. This is done by looking at the opportunities sections. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Tendering Suite you will have access to London Tenders ePortal email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note, it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing Suite please contact Proactis Helpdesk Freephone: 0330 005 0352.",
    "initiationType": "tender",
    "tender": {
        "id": "DN735128",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Electric Vehicle Charging Points - P5941 2000 Standard Chargers (5kw) and P5942 35 Rapid Chargers (50kw)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "31000000",
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
        },
        "mainProcurementCategory": "goods",
        "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 procurement will a 2-stage restricted procedure. 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.",
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "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."
        },
        "lots": [
            {
                "id": "2",
                "title": "2",
                "description": "The installation and management of 2000 standard 5kw charging points and 35 rapid 50 kw charging points are being tendered as 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. The procurement route for the Electric Vehicle charging points will be via a 2 stage restricted procedure, the activities are briefly outlined: 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. The evaluation criteria and methodology for evaluation will be provided in the Standard Questionnaire ITT documents, The evaluation criteria will be 60% price, 30% quality and 10% social value.",
                "contractPeriod": {
                    "startDate": "2024-11-11T00:00:00Z",
                    "endDate": "2039-11-24T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31110000",
                        "description": "Electric motors"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-10-14T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures Tower Hamlets Council has incorporated a minimum 10 calendar day standstill period notification to unsuccessful applicants of the award decision."
    },
    "parties": [
        {
            "id": "GB-FTS-99595",
            "name": "Tower Hamlets",
            "identifier": {
                "legalName": "Tower Hamlets"
            },
            "address": {
                "streetAddress": "New Town Hall, 160 Whitechapel Road London",
                "locality": "London",
                "region": "UK",
                "postalCode": "E1 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Anthony Chinweze",
                "telephone": "+44 207364500",
                "email": "anthony.chinweze@towerhamlets.gov.uk",
                "url": "https://procontract.due-north.com/Opportunities/Index?resetFilter=True&applyFilter=True&p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.towerhamlets.gov.uk",
                "buyerProfile": "http://www.towerhamlets.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4294",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "1 Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC1A2 LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.towerhamlets.gov.uk/Home.aspx"
            }
        },
        {
            "id": "GB-FTS-10191",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.towerhamlets.gov.uk/Home.aspx"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-99595",
        "name": "Tower Hamlets"
    },
    "language": "en"
}