Section one: Contracting authority/entity
one.1) Name and addresses
Rotherham Metropolitan Borough Council
Financial Services
ROTHERHAM
S60 1AE
Contact
Louise Hayter
louise.hayter@rotherham.gov.uk
Telephone
+44 1709334173
Country
United Kingdom
Region code
UKE31 - Barnsley, Doncaster and Rotherham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
Design, install, operate and maintain Solar PV Canopy & EV Infrastructure - Concession
Reference number
22-294
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
The Council is looking to appoint a concessionaire to design, install, maintain, operate and manage a Solar PV canopy and EV Charging infrastructure at Drummond Street car park with local connection infrastructure assets and possible battery storage (subject to design and consumption studies).
The Council is seeking proposals for a minimum inventory of EV charging infrastructure consisting of:
20 Bays Fast 7kW plus a further 20 bays pre-provisioned with ducting for expansion;
4 bays Rapid 50kW DC; and
4 bays Ultra-rapid 200kW DC.
two.1.5) Estimated total value
Value excluding VAT: £5,207,990
two.1.6) Information about lots
This concession is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09330000 - Solar energy
- 31158000 - Chargers
- 34926000 - Car park control equipment
- 45100000 - Site preparation work
- 45213312 - Car park building construction work
- 45220000 - Engineering works and construction works
- 45262400 - Structural steel erection work
- 45262420 - Structural steel erection work for structures
- 45310000 - Electrical installation work
- 98350000 - Civic-amenity services
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance
Drummond Street Car Park, S65 1HP
two.2.4) Description of the procurement
The Council have been awarded a grant from the Local Electric Vehicle Infrastructure (LEVI) Pilot fund to develop a Solar PV Canopy and connection infrastructure at Drummond Street Car Park. S65 1HP. This also requires private sector investment (minimum £330,000 ex. vat) to install and run an EV Charging concession as part of the project.
Drummond Street Car Park is a 240-space pay-and-display surface car park well used by commuters and shoppers. It is situated on the edge of Rotherham Town Centre, across the road from the central markets complex and has approximately 2000 households within a ten-minute walk time. The main town taxi rank is conveniently accessible from the car park and is approximately 200m away, as is the A630 with an annual average daily flow of 35,158 vehicles (2023).
An initial Request for Information (RFI) related to this project was issued in March 2023 and the information provided was extremely helpful. More recently a second RFI was issued for further clarification from the market (Notice reference 2024/S 000-040487).
The fixed budget for the Design & Build of the Solar PV Canopy is £1,050,000 excluding VAT.
Supplier minimum contribution for EV Infrastructure is £330,000 excluding VAT.
EV Charging revenue estimate for the proposed 15 year period is £4.158M excluding VAT.
Total contract value is £5.208M excluding VAT, £6.250M inclusive of VAT.
The contract value has been calculated by reference to the potential revenue that the Council considers could be collected by the Concessionaire through the provision of the Services for the entire contract duration. However, the value of the Contract is ultimately dependent on the vagaries of the market and the above income figure does not carry any guarantee of value or volume of business over the contract term.
Further detail can be found within the tender documents which can be accessed for free via https://uk.eu-supply.com/login.asp?B=YORTENDER
If you experience technical issues surrounding the use of the YORtender system you should request support from the system provider (Mercell) by logging a ticket at email: uksupport@eu-supply.com or telephone: 0800 840 2050. Please note office working hours are 09:00 - 17:00.
This Contract is being tendered in accordance with the Concession Contracts Regulations 2016 as amended ("CCR 2016"). Under Regulation 30 of the CCR 2016, contracting authorities have the freedom to organise the procedure leading to the choice of Concessionaire. On that basis, the Authority is undertaking a single stage procurement process which is similar to the Open Procedure.
two.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
two.2.7) Duration of the concession
Duration in months
192
two.2.14) Additional information
The design and install element of the project is expected to take up to 12 months.
The operation of the concession contract term is 15 years.
Part of the procurement documents are currently available for unrestricted and full direct access, free of charge, at https://yortender.eu-supply.com/login.asp?B=YORTENDER and the remaining documents will be uploaded in the course of the next week, w/c 24/02/2025
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions, indication of information and documentation required
Please refer to the tender documentation
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.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Originally published as:
Date
14 April 2025
Local time
12:00pm
Changed to:
Date
12 May 2025
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom