Section one: Contracting authority/entity
one.1) Name and addresses
CHESHIRE EAST COUNCIL
Delamere House
Crewe
CW1 2JZ
Contact
Steve Mellor
steve.mellor@cheshireeast.gov.uk
Country
United Kingdom
Region code
UKD62 - Cheshire East
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
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
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
CONCESSION CONTRACT FOR A STRATEGIC PARTNER TO DELIVER CHESHIRE EAST'S LOCAL ELECTRIC VEHICLE INFRASTRUCTURE (LEVI) PROJECT
Reference number
DN751956
two.1.2) Main CPV code
- 51100000 - Installation services of electrical and mechanical equipment
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for a strategic partnership and for the installation, maintenance, and operation of electric vehicle chargepoints across the borough utilising LEVI funding.
To access this competition, please visit www.the-chest.org.uk, project ID DN751956.
Further details of the Authority's requirements are contained in this Contract Notice at section II.2.4.
This Contract Notice is published to advertise to organisations wishing to enter into a concession contract with the Authority for A STRATEGIC PARTNER TO DELIVER CHESHIRE EAST'S LOCAL ELECTRIC VEHICLE INFRASTRUCTURE (LEVI) PROJECT. The Authority is conducting this procurement under the
Concession Contract Regulations 2016 (the "2016 Regulations").
The deadline for clarifications to be submitted to the portal is 12 noon (12:00pm) on 27th March 2025. The Authority is seeking responses to this call for competition in advance of the deadline of 12 noon (12:00 pm), on the 9th April 2025. Applicants who do
not submit a response to this call for competition by 12 noon (12:00 pm), on the 9th April 2025 will not be eligible to participate in this procurement.
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
two.1.6) Information about lots
This concession is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 63712600 - Vehicle refuelling services
- 65400000 - Other sources of energy supplies and distribution
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
Main site or place of performance
Within the borough of Cheshire East
two.2.4) Description of the procurement
The contracting authority is following a process similar to an Open procurement process, under the Concession Contract Regulations 2016. The rules applicable to the procurement process are as set out in the procurement documents which are available at www.the-chest.org.uk.
The chargepoints shall comply with the minimum specification set out in the LEVI Technical Schedule1. In addition to supplying and installing the chargepoints, the successful Charge Point Operator (CPO) shall be required to undertake groundworks and installation, operation and maintenance, and back-office administration, and liaison with CEC and relevant third parties.
Because of the power output of the chargepoints it is expected that they will provide AC current to charging vehicles, although a range or solutions that are right for the location in which they are installed should be available and some DC charging may be required.
We expect the successful supplier CPO to be able to provide a range of solutions to suit different settings in the urban environment, which could include pedestals and flush-fitting solutions. Partnerships to deliver this are acceptable/ welcomed.
The available LEVI grant funding for delivery of this project is £2,132,000. It is expected that the funding will predominantly be used to fund grid connections.
The LEVI grant funding is for charging devices rated lower than 22kW. CECs preference is that most chargepoints will deliver between 7kW and 22kW from each connection. Lower ratings than this will be accepted in some circumstances but are less preferable because they will be less suited to charging during the day, but may be required at some sites, particularly on-street. Some DC chargepoints may also be acceptable subject to a business case for the recommendation. Full details of CECs requirements are set out in the procurement documents.
The contract value is an estimate only based on the available LEVI funding (£2,132,000) and potential revenue over a 15 year period. Please see the tender documents for a breakdown of the assumptions used noting that these assumptions are estimates only and the contract value may vary. The successful CPO is expected to invest its own funds in the delivery of the services which may have an impact on the value of the contract. These figures are best estimates only and may be subject to change in line with supplier investment, EV uptake and in line with future market trends, tariffs, number of locations and sockets etc. All organisations submitting a tender are expected to undertake their own due diligence when ascertaining the size of the contract and its potential value. Please note the current contract value excludes VAT.
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
two.2.14) Additional information
This procurement exercise will be conducted on Cheshire East Borough Council's electronic Contract and Tender Management System at the www.the-chest.org.uk. Organisations wishing to be considered for this contract must register their expression of interest and provide additional required information and a complete tender response through the Contract and Tender Management System.
If you have any technical problems with The Contract and Tender Management System please contact the help-desk on: ProcontractSuppliers@proactis.com or 0330 005 0352.
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
As set out within the procurement documents.
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
three.2) Conditions related to the concession
three.2.2) Concession performance conditions
As set out within the procurement documents
three.2.3) Information about staff responsible for the performance of the concession
Obligation to indicate the names and professional qualifications of the staff assigned to performing the concession
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Originally published as:
Date
9 April 2025
Local time
12:00pm
Changed to:
Date
22 April 2025
Local time
5:00pm
See the change notice.
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.3) Additional information
In order to participate, providers must register, complete and upload completed documentation and submit this via the Chest at the link provided in this notice. The project reference on The Chest is DN751956. The values given in this notice are only estimations the Council gives no guarantee or warranty or makes any representation as to the accuracy of any indicative values. Estimates have been used to calculate the contract value and the methodology behind this should be reviewed by prospective bidders when ascertaining the potential size of the contract.
The Council reserves the right not to award the opportunity.
In accordance with the application process of the LEVI Capital Fund, final contracts and the commercial offer from unsuccessful bids will be submitted, in their entirety and unredacted, to the Department for Transport and the LEVI Support Body for review prior to signature. The contract will be submitted for review before any legally binding commitments are made, and no such commitments shall be made until the Department for Transport confirms it has reviewed the contract.
The Department for Transport may analyse information collected through this process to inform future policy development. Commercially sensitive information will not be shared beyond the Department for Transport and the LEVI Support Body.
All Tenderers will be expected to meet all mandatory criteria set out in the tender documents, and any contract award and distribution of funding will be subject to the approval of OZEV.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures In accordance with Regulation 47(1) (Notices of decisions to award a concession contract), Regulation 48 (Standstill Period)and Regulations 52 (Enforcement of duties through the Court) of the Concession Contracts Regulations 2016 (as amended).
Cheshire East Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full
information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to review and scrutinise the award
decision before the contract is entered into.