Section one: Contracting authority
one.1) Name and addresses
Norfolk County Council
County Hall, Martineau Lane
Norwich
NR1 2DH
Country
United Kingdom
NUTS code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/norfolkcc
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/norfolkcc
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/norfolkcc
Tenders or requests to participate must be submitted to the above-mentioned address
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 and Installation of Electric Vehicle Charge Points Dynamic Purchasing System (DPS)
Reference number
NCCT42656
two.1.2) Main CPV code
- 31158100 - Battery chargers
two.1.3) Type of contract
Supplies
two.1.4) Short description
Norfolk County Council wishes to establish a Dynamic Purchasing Agreement (DPS) with suitable suppliers for the supply and installation of Electric Vehicle charge points (EVCPs) across Norfolk. There is no requirement for a back-office system or monthly maintenance; EVCPs must be interoperable with universal software by being Open Charge Point Protocol (OCPP) compliant.The DPS will consist of 5 Lots, and applicants can apply for any or all lots.Lot 1 – Wall-mounted EVCPsLot 2 – Pillar-style EVCPsLot 3 – Back-to-back pillar-style EVCPsLot 4 – Solar carportsLot 5 – Rapid chargers
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Wall-mounted EVCPs
Lot No
1
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
two.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
- UKH16 - North and West Norfolk
- UKH15 - Norwich and East Norfolk
two.2.4) Description of the procurement
• Mounted on an existing wall structure.• 7kW charging output minimum, 22kW charging output maximum• Type 2 charging sockets (number of sockets required will vary from site to site – to be specified in further competition)• Rated 230V AC single phase or 400V AC three-phase (to be specified in further competition)• Fitted with a contactless card payment terminal, integrated into chargepoint unit where possible.• Option to provide bay markings (if stated in further competition)• Option to provide dynamic load balancing (if required)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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) Description
two.2.1) Title
Pillar-style EVCPs
Lot No
2
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
two.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
- UKH16 - North and West Norfolk
- UKH15 - Norwich and East Norfolk
two.2.4) Description of the procurement
• Floor mounted on made ground or in verge• Post-mounted pod-style chargers are acceptable• 7kW charging output minimum, 22kW charging output maximum• Two Type 2 charging sockets per pillar arrangement• Rated 230V AC single phase or 400V AC three-phase• Fitted with a contactless card payment terminal, preference for Payter terminal integrated into chargepoint unit where possible.• Impact protection by provision of suitable bollards• Option to provide bay markings (if stated in further competition)• Option to provide dynamic load balancing (if required)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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) Description
two.2.1) Title
Back-to-back pillar-style EVCPs
Lot No
3
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
two.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
- UKH16 - North and West Norfolk
- UKH15 - Norwich and East Norfolk
two.2.4) Description of the procurement
• Floor mounted on made ground or in verge• Minimum of one Type 2 socket – 7kW charging output minimum, 22kW charging output maximum• One Commando socket per pillar – up to 7kw charging output, with the ability to set kw output rating independently of the type 2 socket.• Rated 230V AC single phase or 400V AC three-phase• Fitted with a contactless card payment terminal, preference for Payter terminal integrated into chargepoint unit where possible
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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) Description
two.2.1) Title
Solar carports
Lot No
4
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
two.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
- UKH16 - North and West Norfolk
- UKH15 - Norwich and East Norfolk
two.2.4) Description of the procurement
• Overall size scalable in 2-bay increments (total bay coverage to be confirmed in further competition)• Minimum 2 bay vehicle clearance of 5m by 5m• Minimum overhead clearance of 2.1m above bays• Minimum solar capacity rating of 6kW per 2-bay installation• Options for battery storage 10/20/30kWh (to be specified in further competition)• Option for compatible 7kW pillar EVCP compliant with Lot 2 specifications to be provided and fitted (to be specified in further competition)• Ability to be retrofitted to supply existing compatible EVCPs• Fully vetted and signed off by suitably accredited IStructE member and MCS-accredited solar engineer (or equivalent accreditation)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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) Description
two.2.1) Title
Rapid chargers
Lot No
5
two.2.2) Additional CPV code(s)
- 31158100 - Battery chargers
two.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
- UKH16 - North and West Norfolk
- UKH15 - Norwich and East Norfolk
two.2.4) Description of the procurement
• 43kW (three-phase 63A) charging output minimum• Minimum two CCS charging sockets per charger• Compliance with BS EN 61851-23:2014 and use BS EN 62196 Mode 4 charging• Fitted with a contactless card payment terminal
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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
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
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
4 April 2023
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 April 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This procurement will be managed electronically via the Council`s e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found at https://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the `tenders` section and `express an interest` to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.
six.4) Procedures for review
six.4.1) Review body
Nplaw
Norwich
Country
United Kingdom