Tender

Supply, Install, Maintain and Operate Electric Vehicle Charge Points

  • West Northamptonshire Council

F24: Concession notice

Notice identifier: 2025/S 000-005068

Procurement identifier (OCID): ocds-h6vhtk-04df09

Published 14 February 2025, 10:03am



Section one: Contracting authority/entity

one.1) Name and addresses

West Northamptonshire Council

ONE ANGEL SQUARE,ANGEL STREET

NORTHAMPTON

NN11ED

Email

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