Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
BCP Council, Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Procurement
Country
United Kingdom
Region code
UKK24 - Bournemouth, Christchurch and Poole
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.1) Name and addresses
Dorset Council
County Hall Colliton Park
Dorchester,
DT1 1XJ
Country
United Kingdom
Region code
UKK25 - Dorset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.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
Local Electric Vehicle Charging Infrastructure (LEVCI) for BCP and Dorset Councils
Reference number
DN764251
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
Bournemouth, Christchurch and Poole (BCP) Council and Dorset Council are inviting
tenders from suitably qualified Service Providers to supply, install, operate and maintain
Public Electric Vehicle Charging Infrastructure (EVCI) in the BCP and Dorset Council area.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
- 34144900 - Electric vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 63712000 - Support services for road transport
- 63712600 - Vehicle refuelling services
- 65400000 - Other sources of energy supplies and distribution
two.2.3) Place of performance
NUTS codes
- UKK24 - Bournemouth, Christchurch and Poole
- UKK25 - Dorset
two.2.4) Description of the procurement
Bournemouth, Christchurch and Poole (BCP) Council and Dorset Council are inviting
tenders from suitably qualified Service Providers to supply, install, operate and maintain
Public Electric Vehicle Charging Infrastructure (EVCI) in the BCP Council area.
BCP Council has been awarded LEVI funding of £1.447m capital (provisional) and Dorset
Council has been awarded LEVI funding of £2.490m capital (provisional) subject to
conditions. The Authorities are seeking to enter a Public Private Commercial Partnership
(via a concession contract) to deliver this project.
The Authorities will use the LEVI funding as a capital investment to cover costs associated
with the installation of 7kw on-street residential charge points.
The Authority’s strategy is to see these sites delivered through commercial investment.
The risk and responsibility associated with installation, maintenance, operations, and
asset utilisation will lie with the Concessionaire, who will be expected to finance the capital
with the contribution of LEVI funding and replacement costs of the charging infrastructure
themselves. The DfT OZEV has provided a clear instruction to Local Authorities that it
expects a minimum funding contribution by the Concessionaire to be greater than 60% of
the LEVI subsidy.
The duration of the Contract will be fifteen (15) years.
There is the potential for an extension on the same terms for administrative constraints of
one year, without a commitment to extend, at the discretion of the Authorities.
We are conducting a joint tender between Dorset and BCP with the intention to award to a
single supplier under two separate contracts made between each Authority and the
Concessionaire.
This tender is being conducted under the Concession Contract Regulations 2016 (the "2016 Regulations").
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Quality criterion - Name: Price / Weighting: 10
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
Yes
Description of renewals
The duration of the Contract will be fifteen (15) years.
There is the potential for an extension on the same terms for administrative constraints of
one year, without a commitment to extend, at the discretion of the Authorities.
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
two.2.14) Additional information
All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).
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
9 April 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 April 2025
Local time
12:30pm
Information about authorised persons and opening procedure
All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).
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
The Royal Courts of Justice, Strand
London
Country
United Kingdom