Contract

Cornwall Council Framework for the Supply, Installation, Operation and Maintenance of Electric Vehicle Charge Points

  • Cornwall Council

F03: Contract award notice

Notice identifier: 2022/S 000-009673

Procurement identifier (OCID): ocds-h6vhtk-032c66

Published 12 April 2022, 8:09am



Section one: Contracting authority

one.1) Name and addresses

Cornwall Council

County Hall, Treyew Road

Truro

TR1 3AY

Contact

Mr Simon Mols

Email

simon.mols@cornwall.gov.uk

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

Internet address(es)

Main address

http://www.cornwall.gov.uk

Buyer's address

http://www.cornwall.gov.uk

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

Cornwall Council Framework for the Supply, Installation, Operation and Maintenance of Electric Vehicle Charge Points

Reference number

DN555639

two.1.2) Main CPV code

  • 51110000 - Installation services of electrical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Cornwall Council is seeking to procure an Electric Vehicle (EV) charge point solution Supplier to provide a fully managed service under a 4-year EV infrastructure framework with a £30,000,000 ceiling. The single supplier Framework will cover the supply and installation of chargers, as well as the operation and maintenance of installed charge points via 10-year (plus 5-year optional extension) contracts. It will also provide an option for the Single supplier to self-fund or co-fund charge points on Cornwall Council land.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £30,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 30163000 - Charge cards
  • 31158000 - Chargers
  • 31681500 - Rechargers
  • 42992000 - Special-purpose electrical goods
  • 50324100 - System maintenance services
  • 51000000 - Installation services (except software)
  • 63712600 - Vehicle refuelling services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly

two.2.4) Description of the procurement

The Council are seeking to procure this framework agreement via an Open Tender Procedure and in accordance with the Public Contract Regulations 2015. The Framework will provide the opportunity for the Single successful Supplier:

1. To supply, install, operate and maintain EV charge points for Cornwall Council.

2. To self-fund, build, own and operate charge points on Cornwall Council land.

3. (As an option) to operate and maintain the Council's legacy charge points.

The Framework will allow Cornwall Council to appoint the supplier to manage charge points on the Council's behalf through 10-year (plus 5-year optional extension) Operation and Maintenance contracts, which the Council will enter into as required. The Council expects to contract with the supplier to supply and install at least 150 European Regional Development Fund (ERDF) grant-funded charge points during the 2022-23 financial year, at the value of £2,874,500 inclusive of a 10-year operation and maintenance concession. The Council expects most of the ERDF charge points to be deployed in Council-owned public car parks. The specific charge point locations will be identified by Cornwall Council working with the supplier based on likely customer demand/

profitability, availability of electrical supply, cost of installation, connectivity, location suitability and strategic requirement. Further Grant and/or Council-funded Charge Point Solution Call-offs for both public and fleet/workplace charge point installs are being considered. However, no further detail on the scale and/or nature of prospective call-offs are available at this time. The Council will be seeking a supplier willing to make a financial commitment to invest in self-funding commercially viable charge points either on Cornwall Council land and/or in on-street locations. The scale of the proposed investment and the level of alignment with the Council’s strategic priorities will be a consideration when awarding the Contract. Full detail is stated in the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 15

Price - Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

The specification found in the procurement documents sets out two options; bidders may choose to submit a tender for either option.

Option 1 – Cornwall Council’s Mandatory Requirements

Under Option 1, the bidder will tender to:

1. Supply, install, operate and maintain grant funded and/or Cornwall Council funded charge points as specified in Task Orders issued as required by the Council.

2. Self-fund additional charge points to be installed on Council-owned land and/or on-street locations by mutual agreement of the bidder and the Council.

Option 2 – Cornwall Council’s Mandatory and Desirable Requirements

Under Option 2, the bidder will tender to:

1. Supply, install, operate and maintain grant funded and/or Cornwall Council funded charge points as specified in Task Orders issued as required by the Council (Mandatory).

2. Self-fund, or co-fund with Cornwall Council, additional charge points to be installed on Council-owned land and/or on-street locations by mutual agreement of the bidder and the Council (Mandatory).

3. Operate and maintain Cornwall Council’s legacy public and workplace charge points by mutual agreement of the Council and the bidder (Desirable).

Whilst the Council will consider tender submissions for Option 1 (Mandatory Requirements only), the ability for bidders to deliver the full scope via an Option 2 submission is considered desirable. In accordance with the quality award criteria outlined in the procurement documents, Option 2 submissions will have the potential to achieve a higher score in the quality assessment. Further information is available in the procurement documents.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

DRIVE EV2 project number: 05R17P01865


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 230-607476


Section five. Award of contract

Contract No

DN555639

Lot No

1

Title

Cornwall Council Framework for the Supply, Installation, Operation and Maintenance of Electric Vehicle Charge Points

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 April 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Swarco UK Limited

Unit 1 Maxted Corner

Hemel Hampstead

HP2 7RA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

02754698

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £30,000,000

Total value of the contract/lot: £30,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: £12,000,000

Proportion: 40 %

Short description of the part of the contract to be subcontracted

Installation.


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Cornwall Council

Truro

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cornwall Council

Truro

Country

United Kingdom