Tender

GMCA 837 Electric Vehicle Charging Infrastructure

  • Greater Manchester Combined Authority

F02: Contract notice

Notice identifier: 2024/S 000-018517

Procurement identifier (OCID): ocds-h6vhtk-04703a

Published 14 June 2024, 4:23pm



Section one: Contracting authority

one.1) Name and addresses

Greater Manchester Combined Authority

GMCA Offices, 1st Floor, Churchgate House, 56 Oxford Street

Manchester

M1 6EU

Contact

Ms Carys Hopcyn

Email

carys.hopcyn@greatermanchester-ca.gov.uk

Telephone

+44 7873927261

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.manchesterfire.gov.uk/

Buyer's address

http://www.manchesterfire.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/Opportunities/Index?p=e0cc5631-4690-e511-80fb-000c29c9ba21&v=1

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.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

GMCA 837 Electric Vehicle Charging Infrastructure

Reference number

DN727939

two.1.2) Main CPV code

  • 51000000 - Installation services (except software)

two.1.3) Type of contract

Services

two.1.4) Short description

For the provision of Electric Vehicle Charging Infrastructure

Contract Duration: 36 Months with a provision to extend for 2 Years in 12 month increment periods

GMFRS would like to make full use of the Workplace Charging Scheme to fund £350 per socket for the maximum allowance of 40 sockets. Our charging infrastructure will likely need to support a variety of EV makes and models and potentially different types of connectors and charging modes. GMFRS are seeking quotations for both ‘Fast’ 22kW (Type 2 socket) charge points and ‘Rapid’ 50kW to 62.5kW DC 43kW to 44kW AC charge points. These charging points must be aligned to the CHAdeMO or CCS charging standards.

Alongside the provision and installation of charging infrastructure, we require a maintenance arrangement to include planned preventative maintenance, emergency response and reactive maintenance, a charge point management systems to track charging consumption and patterns, automated invoicing and end user support.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Open tender procedure for the provision of Electric Vehicle Charging Infrastructure

Contract Duration: 36 Months with a provision to extend for 2 Years in 12 month increment periods

GMFRS would like to make full use of the Workplace Charging Scheme to fund £350 per socket for the maximum allowance of 40 sockets. Our charging infrastructure will likely need to support a variety of EV makes and models and potentially different types of connectors and charging modes. GMFRS are seeking quotations for both ‘Fast’ 22kW (Type 2 socket) charge points and ‘Rapid’ 50kW to 62.5kW DC 43kW to 44kW AC charge points. These charging points must be aligned to the CHAdeMO or CCS charging standards.

Alongside the provision and installation of charging infrastructure, we require a maintenance arrangement to include planned preventative maintenance, emergency response and reactive maintenance, a charge point management systems to track charging consumption and patterns, automated invoicing and end user support.

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

36

This contract is subject to renewal

Yes

Description of renewals

provision to extend for 2 Years in 12 month increment periods

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: Yes

four.2) Administrative information

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

Date

23 July 2024

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

23 July 2024

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

The High Court (England, Wales and Northern Ireland)

London

WC2A 2LL

Country

United Kingdom