Tender

Electric Vehicle Charging Infrastructure (LEVI) and Associated Services

  • Worcestershire County Council

F02: Contract notice

Notice identifier: 2025/S 000-006217

Procurement identifier (OCID): ocds-h6vhtk-04e4fe

Published 20 February 2025, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

Worcestershire County Council

County Hall, Spetchley Lane, Worcester

Worcestershire

Contact

Carol Wintle

Email

procurement@worcesterhire.gov.uk

Country

United Kingdom

NUTS code

UKG12 - Worcestershire

Internet address(es)

Main address

www.worcestershire.gov.uk

Buyer's address

www.worcestershire.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/worcestershire/aspx/Home

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/worcestershire/aspx/Home

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

Electric Vehicle Charging Infrastructure (LEVI) and Associated Services

Reference number

WCC 00004704

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is being conducted by Worcestershire County Council on behalf of the Fourth Midlands Connect EV Infrastructure Consortium to deliver the Local Electric Vehicle Infrastructure Scheme (LEVI) to accelerate the number of on-street Electric Vehicle Chargepoints across the consortium via a concession agreement. This consortium is made up of the following Commissioning bodies:• Leicestershire County Council• Rutland County Council District Council• Warwickshire County Council• Worcestershire County CouncilThe consortium approach is being used to help to support the concessionaire with long term delivery of Chargepoints allowing the ability to balance the Consortium sites to ensure that rural and less affluent areas are supported. On behalf of the Consortium, Worcestershire County Council is seeking tenders from suitably experienced and qualified entities for the provision of this EV Charging Infrastructure.

two.1.5) Estimated total value

Value excluding VAT: £235,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

To avoid monopolies a bidder may bid for both Lots but will only be awarded one Lot. The Consortium reserves the right to award a second Lot to the same bidder where the bidder is the only bidder for that Lot and where the bidder meets all the requirements as set out in this suite of ITT documents.

two.2) Description

two.2.1) Title

Standard 7kW - 22kW

Lot No

1

two.2.2) Additional CPV code(s)

  • 31158000 - Chargers

two.2.3) Place of performance

NUTS codes
  • UKG1 - Herefordshire, Worcestershire and Warwickshire

two.2.4) Description of the procurement

Lot 1 oversees standard (7kW AC charging) and fast (22kW AC or DC charging) Chargepoint sockets

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

Start date

1 October 2025

End date

30 September 2040

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 50kW

Lot No

2

two.2.2) Additional CPV code(s)

  • 31158000 - Chargers

two.2.3) Place of performance

NUTS codes
  • UKG1 - Herefordshire, Worcestershire and Warwickshire

two.2.4) Description of the procurement

Lot 2 oversees rapid (≥50 kW) Chargepoint sockets

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

Start date

1 October 2025

End date

30 September 2040

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

30 April 2025

Local time

12:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

30 April 2025

Local time

12:00pm

Place

Tenders will be unlocked after the closing date and time has passed.


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 High Court of Justice

Strand, London

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will operate a minimum 10 calendar daystandstill period at the point information on the award of the contract iscommunicated to tenderers to provide time for unsuccessful tenderers tochallenge the award decision before the contract is entered into.Unsuccessful tenderers shall be notified by the contracting authority assoon as possible after the decision is made as to the reasons why theywere unsuccessful. The Public Contracts Regulations 2015 provide thataggrieved parties who have been harmed, or are at risk of harm, by breachof the rules are to take action in the High Court (England, Wales andNorthern Ireland).