Tender

Rapid and Ultra-Rapid Electric Vehicle Charging Points

  • Harrow Council

F02: Contract notice

Notice identifier: 2025/S 000-006822

Procurement identifier (OCID): ocds-h6vhtk-04e6d0

Published 21 February 2025, 2:26pm



Section one: Contracting authority

one.1) Name and addresses

Harrow Council

Civic Centre

Harrow

HA1 2XY

Contact

Mr Matthew Hazelton

Email

Matthew.hazelton@harrow.gov.uk

Telephone

+44 2084209219

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

http://www.harrow.gov.uk

Buyer's address

http://www.harrow.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=6eec47a6-d6ee-ef11-8134-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=6eec47a6-d6ee-ef11-8134-005056b64545

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

Rapid and Ultra-Rapid Electric Vehicle Charging Points

Reference number

DN764403

two.1.2) Main CPV code

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is looking for a potential Charge Point Operator (CPO) to be awarded a concession contract to fund, install and operate high powered (typically 50kW-350kW) electric vehicle charging infrastructure (EVCI) from 11 locations (x42 bays) across the borough.

Harrow’s (Draft) Long Term Transport Strategy (LTTS) 2023 sets out the Council’s ambition to deliver healthy lives and safer streets, vibrant communities for all, greener travel options and to keep Harrow moving and growing. Within this strategy, transport objectives include supporting the borough’s effort around decarbonisation noting that the expansion of publicly accessible electric vehicle infrastructure is a key element of more sustainable travel in the future.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31600000 - Electrical equipment and apparatus
  • 65400000 - Other sources of energy supplies and distribution
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 51100000 - Installation services of electrical and mechanical equipment
  • 45310000 - Electrical installation work
  • 31158000 - Chargers
  • 34144900 - Electric vehicles
  • 63712600 - Vehicle refuelling services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

The Council is looking for a potential Charge Point Operator (CPO) to be awarded a concession contract to fund, install and operate high powered (typically 50kW-350kW) electric vehicle charging infrastructure (EVCI) from 11 locations (x42 bays) across the borough.

Harrow’s (Draft) Long Term Transport Strategy (LTTS) 2023 sets out the Council’s ambition to deliver healthy lives and safer streets, vibrant communities for all, greener travel options and to keep Harrow moving and growing. Within this strategy, transport objectives include supporting the borough’s effort around decarbonisation noting that the expansion of publicly accessible electric vehicle infrastructure is a key element of more sustainable travel in the future.

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

180

This contract is subject to renewal

Yes

Description of renewals

Optional extension of 5 years

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 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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 May 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

2 May 2025

Local time

12:00pm


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

London

Country

United Kingdom