Tender

Local Electric Vehicle Charging Infrastructure (LEVCI) for BCP and Dorset Councils

  • Bournemouth Christchurch and Poole Council
  • Dorset Council

F02: Contract notice

Notice identifier: 2025/S 000-005711

Procurement identifier (OCID): ocds-h6vhtk-04e39c

Published 18 February 2025, 11:30pm



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

Email

procurement@bcpcouncil.gov.uk

Country

United Kingdom

Region code

UKK24 - Bournemouth, Christchurch and Poole

Internet address(es)

Main address

www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.1) Name and addresses

Dorset Council

County Hall Colliton Park

Dorchester,

DT1 1XJ

Email

procurement@bcpcouncil.gov.uk

Country

United Kingdom

Region code

UKK25 - Dorset

Internet address(es)

Main address

www.dorset.gov.uk

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