Section one: Contracting authority/entity
one.1) Name and addresses
West Northamptonshire Council
ONE ANGEL SQUARE,ANGEL STREET
NORTHAMPTON
NN11ED
procurement@westnorthants.gov.uk
Telephone
+44 3001267000
Country
United Kingdom
Region code
UKF24 - West Northamptonshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.westnorthants.gov.uk
Buyer's address
https://in-tendhost.co.uk/wnc/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/wnc/aspx/Home
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
https://in-tendhost.co.uk/wnc/aspx/Home
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://in-tendhost.co.uk/wnc/aspx/Home
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
Supply, Install, Maintain and Operate Electric Vehicle Charge Points
Reference number
WNC00000490
two.1.2) Main CPV code
- 51110000 - Installation services of electrical equipment
two.1.3) Type of contract
Services
two.1.4) Short description
West Northamptonshire Council (WNC) is seeking to grant a concession (the Concession) to a qualified Service Provider to supply, install, maintain, and operate electric vehicle charge points within the region.
To support residents and businesses in their transition to a low carbon economy, WNC are committed to the delivery of a sustainable high quality electric vehicle public charging network across the region that represents:
• A positive customer experience of public EV charging that is:
o Easy to use, intuitive and integrated,
o Inclusive and accessible to all, and
o Fairly priced, while
• A fair financial return on resources and opportunities provided by the Council.
Except where noted, the Service Provider must be able to supply, install, operate, and maintain the chargers at no cost to the Council, outside of LEVI funding. The Service Provider must demonstrate their experience of supplying and operating charge points across the UK with a high level of customer satisfaction.
The Council will be contributing £2,853,000 in capital funding, secured through Government's Local Electric Vehicle Infrastructure (LEVI) scheme.
The Authority has estimated the total procurement valuation to be: £7,000,000. This takes into account the Authority's contribution of £2,853,000. The service provider's investment towards this concession contract should amount to a minimum of £4.2m.
This procurement is being conducted in accordance with the Concession Contracts Regulations 2016. The Authority intends to conduct a competition following the Competitive Dialogue process to identify and define the solutions which are best suited to meeting the needs of the Authority as set out in the procurement documents.
The amount of income likely to be derived by the concessionaire is currently unknown. The Authority is relying on the procurement process to ascertain the value.
Full details relating to the Services are provided in the tender documents.
The Agreement will run for 15 years plus an additional 12 months from October 2025.
If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home
Supplier questionnaires must be returned via the Portal.
The return date is midday on Monday 17th March 2025. Submissions received after this time and date will not be accepted.
No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.
two.1.6) Information about lots
This concession is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 65300000 - Electricity distribution and related services
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
two.2.4) Description of the procurement
West Northamptonshire Council (WNC) is seeking to grant a concession (the Concession) to a qualified Service Provider to supply, install, maintain, and operate electric vehicle charge points within the region.
To support residents and businesses in their transition to a low carbon economy, WNC are committed to the delivery of a sustainable high quality electric vehicle public charging network across the region that represents:
• A positive customer experience of public EV charging that is:
o Easy to use, intuitive and integrated,
o Inclusive and accessible to all, and
o Fairly priced, while
• A fair financial return on resources and opportunities provided by the Council.
Except where noted, the Service Provider must be able to supply, install, operate, and maintain the chargers at no cost to the Council, outside of LEVI funding. The Service Provider must demonstrate their experience of supplying and operating charge points across the UK with a high level of customer satisfaction.
The Council will be contributing £2,853,000 in capital funding, secured through Government's Local Electric Vehicle Infrastructure (LEVI) scheme.
The Authority has estimated the total procurement valuation to be: £7,000,000. This takes into account the Authority's contribution of £2,853,000. The service provider's investment towards this concession contract should amount to a minimum of £4.2m.
This procurement is being conducted in accordance with the Concession Contracts Regulations 2016. The Authority intends to conduct a competition following the Competitive Dialogue process to identify and define the solutions which are best suited to meeting the needs of the Authority as set out in the procurement documents.
The amount of income likely to be derived by the concessionaire is currently unknown. The Authority is relying on the procurement process to ascertain the value.
Full details relating to the Services are provided in the tender documents.
The Agreement will run for 15 years plus an additional 12 months from October 2025.
If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home
Supplier questionnaires must be returned via the Portal.
The return date is midday on Monday 17th March 2025. Submissions received after this time and date will not be accepted.
No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents.
two.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
two.2.7) Duration of the concession
Duration in months
180
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions, indication of information and documentation required
Applicants will be assessed in accordance with the Concession Contracts Regulations 2016 and as set out in the ITT
documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Date
17 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom