Procurement Services: Extension of Electrical Vehicle Charging Points and Associated Services Y21002

  Procurement Services has published this notice through Delta eSourcing

Notice Summary
Title: Extension of Electrical Vehicle Charging Points and Associated Services Y21002
Notice type: Voluntary Ex-Ante Transparency Notice
Authority: Procurement Services
Nature of contract: Supplies
Procedure: Award without prior publication
Short Description: KCS Procurement Services, acting for and on behalf of Kent County Council (KCC) wishes to inform the market of its intension to extend the current Framework Agreement for a maximum period of 6 months. This framework includes two lots: Lot 1: Electrical vehicle charging points and associated services Lot 2: Bus charging solutions
Published: 11/10/2024 10:38

View Full Notice

UK-West Malling: Transport equipment and auxiliary products to transportation.

Preliminary Questions
   This notice is published by:
   Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
       Kent County Council (t/a KCS Procurement Services)
       1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
       Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
       Main Address: https://www.commercialservices.org.uk/, Address of the buyer profile: https://www.commercialservices.org.uk/
       NUTS Code: UK

I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
      Regional or local authority

I.5) Main Activity (in the case of a notice published by a contracting authority)
      General public services


Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Extension of Electrical Vehicle Charging Points and Associated Services Y21002.
      Reference number: Y21002
      
   II.1.2) Main CPV code:
      34000000 - Transport equipment and auxiliary products to transportation.
   
   II.1.3) Type of contract: SUPPLIES
   
   II.1.4) Short Description: KCS Procurement Services, acting for and on behalf of Kent County Council (KCC) wishes to inform the market of its intension to extend the current Framework Agreement for a maximum period of 6 months. This framework includes two lots: Lot 1: Electrical vehicle charging points and associated services Lot 2: Bus charging solutions
   
   II.1.6) Information about lots
      This contract is divided into lots: Yes

   II.1.7) Total value of the procurement (excluding VAT)
      Lowest Offer: 1 / Highest Offer: 750,000 taken into consideration       
      Currency: GBP


II.2) Description Lot No. 1

   II.2.1) Title: Electrical vehicle charging points and associated services    Lot No: 1

   II.2.2) Additional CPV codes:
      34000000 - Transport equipment and auxiliary products to transportation.
   

   II.2.3) Place of performance:
      UK UNITED KINGDOM
   
   
   II.2.4) Description of the procurement:
    An EV infrastructure that accommodates the power requirements and charging profile of Fastrack services. Infrastructure will need to be future proofed, taking into account service expansion as well as ensuring charge point hardware supports open protocol standards to allow flexibility of access and shared infrastructure opportunities to support increased electric bus future transition and wider community uptake.    
   
   II.2.5) Award criteria
   (Directive 2014/24/EU / Directive 2014/25/EU)
               
    Not provided       
      
      
   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 Lot No. 2

   II.2.1) Title: Bus Charging Solutions    Lot No: 2

   II.2.2) Additional CPV codes:
      34000000 - Transport equipment and auxiliary products to transportation.
   

   II.2.3) Place of performance:
      UK UNITED KINGDOM
   
   
   II.2.4) Description of the procurement:
    EV infrastructure that accommodates the power requirements and charging profile of Fastrack services. Infrastructure will need to be future proofed, taking into account service expansion as well as ensuring charge point hardware supports open protocol standards to allow flexibility of access and shared infrastructure opportunities to support increased electric bus future transition and wider community uptake.    
   
   II.2.5) Award criteria
   (Directive 2014/24/EU / Directive 2014/25/EU)
               
    Not provided       
      
      
   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: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below         
   
   IV.1.3) Information about framework agreement
         The procurement involves the establishment of a framework agreement: No    
   
   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.2.1) Previous publication concerning this procedure:
      Notice number in OJ S: 2021/S 065 - 169936       
   
Section V: Award Of Contract/Concession
      
Award of Contract/Concession No: 1
Contract No: Y21002   Lot Number: 1   Title: Electrical Vehicle Charging Points and Associated Services

V.2) Award of contract/concession
      
      V.2.1) Date of contract award decision: 01/02/2021.
      
      V.2.2) Information about tenders
      The contract has been awarded to a group of economic operators:Yes .

      V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Bouygues E&S Solutions Ltd, N/A
       Unit 2 Mallow Park Welwyn Garden City, Hertfordshire, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 2:
          Brite Technical Services, N/A
       1 Macdowall Street Paisley, Renfrewshire, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 3:
          Connected Kerb Ltd, N/A
       20 Midtown 20 Procter Street, London, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 4:
          EB Charging Ltd, N/A
       Beech House (Unit 1) Beech Industrial Centre Porters Wood, St Albans, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 5:
          EDF Energy Customers Ltd, N/A
       Interchange 81-85 Station Road, Croydon, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: No    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 6:
          Engie EV Solutions, N/A
       Q3 Office Quorum Business Park Benton Lane, Newcastle Upon Tyne, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: No    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 7:
          Gemserv Ltd, N/A
       8 Fenchurch Place, London, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 8:
          Gronn Kontakt UK Ltd, N/A
       4th Floor 41 Moorgate, London, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 9:
          JPS Renewable Energy Ltd, N/A
       11 Phoenix Park Coldred Road Parkwood Industrial Estate, Maidstone, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 10:
          Swarco UK Ltd, N/A
       Unit 1 Maxted Corner Maxted Road, Hemel Hempstead, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
         
      V.2.4) Information on value of the contract/lot/concession:
         Initial estimated total value of the contract: Not Provided          
         Lowest Offer: 1 / Highest Offer: 750,000 taken into consideration         
         Currency: GBP

      V.2.5) Information about subcontracting:
         The contract is likely to be subcontracted: No          

   
Award of Contract/Concession No: 2
Contract No: Not Provided    Lot Number: Not Provided    Title: Not Provided

V.2) Award of contract/concession
      
      V.2.1) Date of contract award decision: 01/02/2021.
      
      V.2.2) Information about tenders
      The contract has been awarded to a group of economic operators: No .

      V.2.3) Name and address of the contractor/concessionaire, No. 1:
          UK Power Networks Services (Commercial) Ltd, N/A
       Newington House 237 Southwark Bridge Road, London, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: No    
   
         
      V.2.4) Information on value of the contract/lot/concession:
         Initial estimated total value of the contract: Not Provided          
         Lowest Offer: 1 / Highest Offer: 750,000 taken into consideration         
         Currency: GBP

      V.2.5) Information about subcontracting:
         The contract is likely to be subcontracted: No          

   
Award of Contract/Concession No: 3
Contract No: Not Provided    Lot Number: 2   Title: Bus Charging Solutions

V.2) Award of contract/concession
      
      V.2.1) Date of contract award decision: 01/02/2021.
      
      V.2.2) Information about tenders
      The contract has been awarded to a group of economic operators:Yes .

      V.2.3) Name and address of the contractor/concessionaire, No. 1:
          UK Power Networks Services (Commercial) Ltd, N/A
       Newington House 237 Southwark Bridge Road, London, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: No    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 2:
          Bouygues E&S Solutions Ltd, N/A
       Unit 2 Mallow Park Welwyn Garden City, Hertfordshire, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 3:
          Brite Technical Services, N/A
       1 Macdowall Street Paisley, Renfrewshire, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 4:
          Gronn Kontakt UK Ltd, N/A
       4th Floor 41 Moorgate, London, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 5:
          SSE Utility Solutions Ltd, N/A
       1 Forbury Place 43 Forbury Road, Reading, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
      V.2.3) Name and address of the contractor/concessionaire, No. 6:
          TWM Traffic Control Systems Ltd, N/A
       Oasis Business Park Road One Winsford Industrial Estate, Winsford, United Kingdom
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
         
      V.2.4) Information on value of the contract/lot/concession:
         Initial estimated total value of the contract: Not Provided          
         Lowest Offer: 1 / Highest Offer: 750,000 taken into consideration         
         Currency: GBP

      V.2.5) Information about subcontracting:
         The contract is likely to be subcontracted: No          


Section VI: Complementary Information

   VI.3) Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=894854673
GO-20241011-PRO-28060052 TKR-20241011-PRO-28060051   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
          Commercial Services Kent Limited
       1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
       Tel. +44 8081685808
   
      V1.4.2) Body responsible for mediation procedures:
         Not Provided .

      VI.4.3) Review procedure
      Not Provided    
      
      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided
   
   VI.5) Date of dispatch of this notice: 11/10/2024


Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU


2. Other justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union

   The procurement falls outside the scope of application of the directive: Yes

3. Explanation

   Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
   lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
   Kent County Council (t/a Procurement Services) is hereby notifying the market of its intention to extend the current Framework Agreement for a maximum period of 6 months. The Framework Agreement is being extended whilst we assess market conditions and capability prior to issuing a replacement Agreement, to allow Public Bodies the ability to access the services contained within without the need for running an additional full Procurement process.
   

View any Notice Addenda

View Award Notice