Tender

Electric Vehicle Charging Infrastructure

  • Welsh Government - Commercial Delivery

F02: Contract notice

Notice identifier: 2024/S 000-013198

Procurement identifier (OCID): ocds-h6vhtk-042b61

Published 23 April 2024, 4:14pm



The closing date and time has been changed to:

13 June 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Welsh Government - Commercial Delivery

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

Email

commercialprocurement.netzero@gov.wales

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://gov.wales/public-sector-procurement

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Electric Vehicle Charging Infrastructure

Reference number

WGCD-FT-120-22

two.1.2) Main CPV code

  • 31158000 - Chargers

two.1.3) Type of contract

Supplies

two.1.4) Short description

Design, Supply and Installation of Electric Vehicle Charging Infrastructure for the Welsh Public Sector

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Electric Vehicle Charge Points

Lot No

1

two.2.2) Additional CPV code(s)

  • 31158100 - Battery chargers
  • 31600000 - Electrical equipment and apparatus
  • 31610000 - Electrical equipment for engines and vehicles
  • 31680000 - Electrical supplies and accessories
  • 31681500 - Rechargers
  • 34300000 - Parts and accessories for vehicles and their engines
  • 34996300 - Control, safety or signalling equipment for parking facilities
  • 45213312 - Car park building construction work
  • 45223300 - Parking lot construction work
  • 45233120 - Road construction works
  • 45233270 - Parking-lot-surface painting work
  • 45233290 - Installation of road signs
  • 45233291 - Installation of bollards
  • 45310000 - Electrical installation work
  • 45314300 - Installation of cable infrastructure
  • 50324100 - System maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51214000 - Installation services of parking meter equipment
  • 71322500 - Engineering-design services for traffic installations
  • 72267100 - Maintenance of information technology software

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.2.4) Description of the procurement

Lot 1 will cover the procurement of EV charge points through purchase, lease and concession. Customers can select individual services or an end-to-end service via the lot structure. All relevant mature charging types will be covered in this lot i.e., Type 1, 2, CCS 1, 2, AC and DC etc.

This lot will service:

- Cars, vans, mopeds and motorcycles

- Large vehicles e.g., HGVs and PSVs

- Personal Light EVs (PLEVs) e.g., e-scooters

- Electrically Assisted Pedal Cycles (EAPCs)

- Specialist vehicles e.g., Blue Light Vehicles

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be retendered during year 4 of the current framework period

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

two.2) Description

two.2.1) Title

Advisory Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71311200 - Transport systems consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 72224000 - Project management consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71240000 - Architectural, engineering and planning services
  • 71242000 - Project and design preparation, estimation of costs
  • 63712000 - Support services for road transport

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.2.4) Description of the procurement

Lot 3 will cover the procurement of expertise/services to support EV charging projects and initiatives including:

- Strategic partnering guidance

- Site planning and feasibility

- Energy capacity assessment and demand forecasting/research

- Grant funding support

- Specification guidance

- Power network assistance

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be retendered during year 4 of current framework period

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

two.2) Description

two.2.1) Title

Emerging Charging Technologies

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 32510000 - Wireless telecommunications system
  • 45315300 - Electricity supply installations
  • 38730000 - Parking meters
  • 09331000 - Solar panels
  • 72268000 - Software supply services
  • 42992000 - Special-purpose electrical goods
  • 65400000 - Other sources of energy supplies and distribution

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.2.4) Description of the procurement

Lot 2 will cover the procurement of new, developing or collaborative technologies in the service areas listed below:

- Renewable Energy Systems

- Energy Storage Systems

- Pantograph Charging

- Megawatt Charging

- Wireless Charging

- Mobile Charging

- Bi-directional Charging and Services

This lot will also cover bi-directional charging services from back-office providers and aggregators.

This lot assumes end-to-end service provision for each service area covered.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will be retendered during year 4 of current framework period

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 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Details are contained within the tender 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: 33

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

N/A

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: 2024/S 000-000508

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

Originally published as:

Date

30 May 2024

Local time

12:00pm

Changed to:

Date

13 June 2024

Local time

12:00pm

See the change notice.

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 May 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2027

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

https://etenderwales.bravosolution.co.uk/

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=140507

(WA Ref:140507)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom