Tender

Ceredigion - Electric Vehicle Charging Infrastructure 2025

  • Cyngor Sir Ceredigion County Council

F02: Contract notice

Notice identifier: 2025/S 000-004276

Procurement identifier (OCID): ocds-h6vhtk-04dd12

Published 10 February 2025, 8:52am



Section one: Contracting authority

one.1) Name and addresses

Cyngor Sir Ceredigion County Council

Canolfan Rheidol, Rhoddfa Padarn

Aberystwyth

SY23 3UE

Email

ymholiadau.caffael@ceredigion.gov.uk

Telephone

+44 1545570881

Country

United Kingdom

NUTS code

UKL1 - West Wales and the Valleys

Internet address(es)

Main address

http://www.ceredigion.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0491

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Ceredigion - Electric Vehicle Charging Infrastructure 2025

Reference number

itt_115555

two.1.2) Main CPV code

  • 31610000 - Electrical equipment for engines and vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Ceredigion County Council has received funding from the Ultra Low Emission Vehicle Transport Fund (ULEVTF), for the installation of electric vehicle charging infrastructure and charge points for plug-in electric vehicles within the County.

Tenders are invited from suitably qualified parties who are able to provide the works, goods and services compliant with all current legislation.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31158100 - Battery chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 34144900 - Electric vehicles
  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50324100 - System maintenance services
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 60100000 - Road transport services
  • 65000000 - Public utilities
  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

County of Ceredigion

two.2.4) Description of the procurement

Ceredigion County Council has received funding from the Ultra Low Emission Vehicle Transport Fund (ULEVTF), for the installation of electric vehicle charging infrastructure and charge points for plug-in electric vehicles within the County. The contract is for the supply and installation of electric vehicle charge points and servicing of those for a further 8 years from the date of installation.

The chargepoints shall have a minimum operational life of 8 years and be maintained by the Contractor in a

serviceable condition and accessible for 8 years from the date of installation. The Contractor must take on

all liability for the installation, operation, metering and electricity supply, future upgrades and maintenance

of the chargepoints, all hardware, software, back office, payment, communication (including SIM fees), and

call handling systems to the satisfaction of the Council for 8 years in accordance with the Contract.

There is a concessionary element to this contract in that the supplier shall operate and receive income from

the installed equipment in accordance with a profit share arrangement with the Council.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Price - Weighting: 50%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

132

This contract is subject to renewal

Yes

Description of renewals

The Council reserves the right to extend the maintenance period of installations up to that of the final installation, to allow for a single termination date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

13 March 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=148037

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Bidders are asked to suggest Community Benefits that they will be willing and able to deliver through the delivery of the contract at no extra charge. Community Benefits suggested by the successful bidder and agreed by the Council shall be incorporated into the contract.

(WA Ref:148037)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom