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
darren.wood@westyorks-ca.gov.uk
Telephone
+44 1133481789
Country
United Kingdom
Region 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