Opportunity

West Yorkshire Electric Vehicle Infrastructure Framework

  • West Yorkshire Combined Authority

F02: Contract notice

Notice reference: 2024/S 000-010438

Published 28 March 2024, 6:18pm



The closing date and time has been changed to:

7 May 2024, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Darren Wood

Email

darren.wood@westyorks-ca.gov.uk

Telephone

+44 1133481789

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

National registration number

8876556

Internet address(es)

Main address

https://www.westyorks-ca.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80045&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80045&B=UK

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

West Yorkshire Electric Vehicle Infrastructure Framework

Reference number

85800

two.1.2) Main CPV code

  • 31158000 - Chargers

two.1.3) Type of contract

Supplies

two.1.4) Short description

This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils for the supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.

The Framework Contract will be for a five (5) year term with a total value range of up to £50m. Call off Contracts awarded under the Framework Contract will be for a term of up to 15 years with an optional extension of 1 year and will be specified in each Framework Call off Contract.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45310000 - Electrical installation work
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 50324100 - System maintenance services
  • 51110000 - Installation services of electrical equipment
  • 51214000 - Installation services of parking meter equipment
  • 71240000 - Architectural, engineering and planning services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire
  • UK - United Kingdom

two.2.4) Description of the procurement

This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils with supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.

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: £50,000,000

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

Duration in months

60

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: Yes

Identification of the project

Projects funded by European Union funds (for example: ERDF, ESIF) may be be required to

procure the products, works and services as specified and contracted as a consequence of this procurement in support of the delivery of the respective project.

two.2.14) Additional information

Call-off methods: Call-offs may be made by direct award or further competition. Full details

of the call-off methods can be found in the published tender documents.


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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 6

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This Framework is being put in place to support/complement the delivery of

strategic project initiatives of significant importance and due to the nature of the schemes

involved, a framework period of 5 years is required.

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: 2022/S 000-033227

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

Originally published as:

Date

30 April 2024

Local time

2:00pm

Changed to:

Date

7 May 2024

Local time

2:00pm

See the change notice.

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 April 2024

Local time

2:00pm


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.3) Additional information

The contract opportunity is advertised on behalf of and will be available for use by the

following - The Combined Authority is running this procurement process on its own behalf

and other Contracting Authorities as follows: The Borough Council of Calderdale, The

Council of the Borough of Kirklees, The Council of the City of Wakefield Metropolitan

District, City of Bradford Metropolitan District Council and Leeds City Council.

The nature of supplies, services and works procured under the established Framework will vary dependent upon each requirement and may result in a range of Call of Contract types including supplies, services, works and concession contracts.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

West Yorkshire Combined Authority

40-50 Wellington Street

Leeds

LS1 2DE

Country

United Kingdom