Tender

CONCESSION CONTRACT FOR A STRATEGIC PARTNER TO DELIVER CHESHIRE EAST'S LOCAL ELECTRIC VEHICLE INFRASTRUCTURE (LEVI) PROJECT

  • CHESHIRE EAST COUNCIL

F24: Concession notice

Notice identifier: 2025/S 000-005324

Procurement identifier (OCID): ocds-h6vhtk-04e28a

Published 17 February 2025, 11:18am



The closing date and time has been changed to:

22 April 2025, 5:00pm

See the change notice.

Section one: Contracting authority/entity

one.1) Name and addresses

CHESHIRE EAST COUNCIL

Delamere House

Crewe

CW1 2JZ

Contact

Steve Mellor

Email

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

www.cheshireeast.gov.uk

one.3) Communication

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

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Applications or, where applicable, tenders must be submitted electronically via

www.the-chest.org.uk

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

www.the-chest.org.uk

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.