Tender

Supply and Installation of Electric Vehicle Charge Points Dynamic Purchasing System (DPS)

  • Norfolk County Council

F02: Contract notice

Notice identifier: 2023/S 000-006150

Procurement identifier (OCID): ocds-h6vhtk-03ad95

Published 2 March 2023, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Norfolk County Council

County Hall, Martineau Lane

Norwich

NR1 2DH

Email

sourcingteam@norfolk.gov.uk

Country

United Kingdom

NUTS code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

www.norfolk.gov.uk

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