Tender

Local Electric Vehicle Infrastructure LEVI Network for Slough Borough Council

  • Local Electric Vehicle Infrastructure (LEVI) Network for Slough Borough Council

F02: Contract notice

Notice identifier: 2025/S 000-006312

Procurement identifier (OCID): ocds-h6vhtk-04e53b

Published 20 February 2025, 3:18pm



Section one: Contracting authority

one.1) Name and addresses

Local Electric Vehicle Infrastructure (LEVI) Network for Slough Borough Council

Slough Borough Council, Observatory House, 25 Windsor Road

Slough, Berkshire

SL1 2EL

Contact

Ms Archie Seth

Email

archie.seth@slough.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.slough.gov.uk

Buyer's address

https://www.sesharedservices.org.uk/esourcing/opportunities

one.3) Communication

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

https://www.sesharedservices.org.uk/esourcing/opportunities

Additional information can be obtained from the above-mentioned address

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

Local Electric Vehicle Infrastructure LEVI Network for Slough Borough Council

Reference number

SBC - 038271

two.1.2) Main CPV code

  • 63000000 - Supporting and auxiliary transport services; travel agencies services

two.1.3) Type of contract

Services

two.1.4) Short description

Slough Borough Council is inviting tenders from suitably qualified operators for the provision of a network of EV Charging infrastructure. The Council is seeking to enter into long-term (15+1) concessionary-based contracts with Charge Point Operators CPOs to design, install, manage, maintain, and where appropriate replace or dispose of, EV charging infrastructure across the town. The lots for this procurement are split based on the power of charge point, as per the Specifications:• Lot 1 is for a minimum of 1600 Standard AC and less than 8kW Charge points sockets• Lot 2 is for Fast AC and Rapid/ Ultra-Rapid DC and greater than 8kW Charge pointsIf you are interested in this opportunity, please download read the guidance document and supporting appendices. Completed proposals need to be submitted via Intend by 2nd May 2025 at 13:00 (1 pm)

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

For a minimum of 1600 Standard AC and less than8kW Charge points sockets

Lot No

1

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

MThe Council`s full requirements and details of how to tender for this opportunity are available by clicking the Express Interest button. The deadline for tender submission is 1 pm on 2nd May 2025How to obtain the Tender Documents Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current. The Tender documents can be accessed when logged into In-Tend by selecting ‘View Details’ on the relevant tender advert and clicking the ‘Express Interest’ tab. Once in the tender there are five tabs, namely ‘Tender’, ‘ITT – documents’, ‘Correspondence’, ‘Clarifications’ and ‘History’. Select the 2nd tab (ITT - documents) where you will find useful information under ‘Tender Details’. Continue to scroll down to the heading ‘Tender Documents Received’ where you will be able to view / download the documents. Please download all the documents and read very carefully. Opting In and Opting Out Please note you are required to ‘Opt In’ before you can access the ‘My tender Return’ to start populating your response. The ‘Opt Out’ functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring you no longer want to receive any further communication in relation to this tender along with the opportunity of providing comments and feedback for this decision. You can choose to ‘Opt In’ at any time during the tender process if you initially decided to ‘Opt Out’. Further Guidance In addition, guidance on how to participate in a tender, download and upload documents / returns and if required, register your company (free of charge) can be found on the In-tend site under the ‘Help’ or ‘Information for Suppliers’ buttons. Receiving Notification Emails To ensure you receive email alerts and notifications from our system, please add the email domain `@in-tendorganiser.co.uk` to your Safe Senders list.ost of the units deployed will be in residential areas and of low to medium charging power (<22kW).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

192

This contract is subject to renewal

Yes

Description of renewals

It is a 15 years + 1 year as extension

two.2.10) Information about variants

Variants will be accepted: Yes

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

For Fast AC and Rapid Ultra-Rapid DC and greater than 8kW Charge points

Lot No

2

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Slough is expanding its wider charging network at destinations, for taxi drivers, car club users, and for those making journeys through Slough using fast and rapid infrastructure of medium to very high charging power (22kw to 150kw plus)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

192

This contract is subject to renewal

Yes

Description of renewals

It is 15 plus 1 contract years

two.2.10) Information about variants

Variants will be accepted: Yes

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 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

2 May 2025

Local time

1:00pm

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

Tender must be valid until: 2 November 2025

four.2.7) Conditions for opening of tenders

Date

2 May 2025

Local time

1:00pm

Place

Slough Borough Council


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

High Court of England

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

None