Metro : Electric Car Charging Points

  Metro is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Electric Car Charging Points
Notice type: Contract Notice
Authority: Metro
Nature of contract: Supplies
Procedure: Open
Short Description: The supply and installation of approximately 14 initial rapid charging points for electric vehicles. The issue of ownership has not yet been finalised so the contract may be for outright purchase but Metro reserves the right to consider other payment methods.
Published: 23/12/2013 13:06
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds,: Chargers.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Metro
      Wellington House,, 40-50, Wellington Street,, Leeds,, LS1 2DE, United Kingdom
      Tel. +44 1132517272, Email: chris.brooks@wypte.gov.uk, URL: www.wymetro.com
      Attn: Christopher Brooks
      Electronic Access URL: www.delta-esourcing.com Access code Y9467S95HW
      Electronic Submission URL: www.delta-esourcing.com Access code Y9467S95HW

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Other: Passenger Transport

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Electric Car Charging Points
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKE4 - West Yorkshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Chargers. The supply and installation of approximately 14 initial rapid charging points for electric vehicles.

The issue of ownership has not yet been finalised so the contract may be for outright purchase but Metro reserves the right to consider other payment methods.
         
      II.1.6)Common Procurement Vocabulary:
         31158000 - Chargers.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Full details will be given in the tender documents.

The issue of ownership has not yet been finalised so the contract may be for outright purchase but Metro reserves the right to consider other payment methods.      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided

Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The issue of ownership has not yet been finalised so the contract may be for outright purchase but Metro reserves the right to consider other payment methods.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Minimum Level(s) of standards possibly required:
         Metro reserves the right to not contract with an organisation with a negative net worth.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Information regarding technical capacity should be for the last 2 years.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 2348      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 03/02/2014
      Time-limit for receipt of requests for documents or for accessing documents: 10:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 10/02/2014
         Time: 10:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Date: 10/02/2014
         Time: 10:00


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds%2C:-Chargers./Y9467S95HW

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y9467S95HW
GO-20131223-PRO-5354117 TKR-20131223-PRO-5354116
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Metro
      Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
      Tel. +44 1132517272

      Body responsible for mediation procedures:
               Metro
         Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
         Tel. +44 1132517272

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Metro
      Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
      Tel. +44 1132517272

   VI.5) Date Of Dispatch Of This Notice: 23/12/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Contracting Authorities in Yorkshire
      ., ., United Kingdom

View any Notice Addenda

View Award Notice

UK-Leeds,: Chargers.

Section I: Contracting Authority
   Title: UK-Leeds,: Chargers.
   I.1)Name, Addresses and Contact Point(s):
      West Yorkshire Combined Authority
      Wellington House,, 40-50, Wellington Street,, Leeds,, LS1 2DE, United Kingdom
      Tel. +44 1132517272, Email: chris.brooks@westyorks-ca.gov.uk, URL: www.wymetro.com
      Attn: Christopher Brooks

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Other: Passenger Transport

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Electric Car Charging Points      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UKE4 - West Yorkshire         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Chargers. The supply and installation of approximately 14 initial rapid charging points for electric vehicles.

The issue of ownership has not yet been finalised so the contract may be for outright purchase but Metro reserves the right to consider other payment methods.
      II.1.5)Common procurement vocabulary:
         31158000 - Chargers.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 475,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 60
         Price - 40
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 2348         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 250 - 438458 of 27/12/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 22/04/2014      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: APT Controls
         Postal address: ., ., .
         Town: Harrow
         Postal code: HA3 6NY
         Country: United Kingdom
         Telephone: +44 2084212411
         Internet address: www.aptcontrols.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 475,000
            Currency: GBP

         Total final value of the contract
            Value: 438,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=98582060
GO-2014512-PRO-5663893 TKR-2014512-PRO-5663892   
   VI.3.1)Body responsible for appeal procedures:
      West Yorkshire Combined Authority
      Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
      Tel. +44 1132517272

      Body responsible for mediation procedures:
         West Yorkshire Combined Authority
         Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
         Tel. +44 1132517272
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      West Yorkshire Combined Authority
      Wellington House, 40-50, Wellington Street,, Leeds, LS1 2DE, United Kingdom
      Tel. +44 1132517272
   
   VI.4)Date Of Dispatch Of This Notice: 12/05/2014