Section one: Contracting authority
one.1) Name and addresses
West Suffolk Council
West Suffolk House, Western Way
BURY ST EDMUNDS
IP33 3YU
Telephone
+44 1284757310
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
Buyer's address
https://www.westsuffolk.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.suffolksourcing.uk/
Additional information can be obtained from the above-mentioned address
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
Invitation To Tender For the Supply and Installation of Electric Vehicle (EV) Chargers in West Suffolk
Reference number
WSC/13240/2022
two.1.2) Main CPV code
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
two.1.3) Type of contract
Supplies
two.1.4) Short description
West Suffolk Council are currently out to tender for the Supply and Installation of Electric Vehicle (EV) Chargers in West SuffolkThis opportunity is available in the `Current Tenders` area of portal. Interested parties are invited to express their interest to gain full access to the tender documentation.The deadline date for submissions of the tender is 1500 hours on 7 October, 2022. Please note late returns will NOT be permittedclarification questions i must be generated via the correspondence option on the website
two.1.5) Estimated total value
Value excluding VAT: £1,100,000
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
Lot 1 is for our private depot sites, Lot 2 is for public charging.
Lot No
Lot 1 is for our private depot sites, Lot 2 is for public charging.
two.2.2) Additional CPV code(s)
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
West Suffolk Council (WSC) is a district council covering a population of 179,900 (2021) which has six market towns: Brandon, Bury St Edmunds, Clare, Haverhill, Mildenhall and Newmarket.West Suffolk Council has committed to net zero emissions by 2030 and has begun its works to reduce the emissions from its buildings, operations, and activities. West Suffolk Council recognises that Electric Vehicles (EVs) are becoming mainstream within our society and that the authority will need to play a part in the roll out of infrastructure to support this new technology. EVs form a vital part of the decarbonisation plans and are at the core of plans for cleaner air both in Suffolk and at a national level.West Suffolk Council are the principal owner and controller of car parking within many of our major towns and as such we are planning to provide both a rapid/ultra-rapid charging (50kW+) provision for each town, and a good level of 7-22kW chargers across our long-stay spaces within each town. The objectives of the procurement are: • To secure value for money services• To provide EV drivers with a uniform experience when using charging infrastructure in West Suffolk owned car parks and assets.• To encourage EV uptake among residents by means of providing a clear, reliable, affordable, easy to use, and accessible level of charging provision within West Suffolk. We want customers to be confident they understand what they are paying for, that the chargers will work when they need them, and they are supported when something doesn’t work as expected• To enable the transition to low emissions vehicles within WSC’s fleet which is key in working towards its net zero carbon emissions goal by 2030• To build a good working relationship with a charge point supplier and operator (CPO) over the next 15 years (contract is 10+2+2+1)• To provide chargers that are accessible to all users in terms of space for wheelchairs, height of units, managing cables, and screen and information readabilityThere are two lots, Lot 1 is for our private depot sites, Lot 2 is for public charging. If you would like to submit bids for both lots, please complete two quotation forms. We would encourage CPOs to enter submissions for both lots.Funding for Lot 1 will be through the workplace charging scheme and internal funds. Funding for Lot 2 will be through ORCs/LEVI and contributions from CPOs.
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
Start date
7 November 2022
End date
6 November 2032
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Lot 2 is for public charging.
Lot No
2
two.2.2) Additional CPV code(s)
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
two.2.4) Description of the procurement
West Suffolk Council (WSC) is a district council covering a population of 179,900 (2021) which has six market towns: Brandon, Bury St Edmunds, Clare, Haverhill, Mildenhall and Newmarket.West Suffolk Council has committed to net zero emissions by 2030 and has begun its works to reduce the emissions from its buildings, operations, and activities. West Suffolk Council recognises that Electric Vehicles (EVs) are becoming mainstream within our society and that the authority will need to play a part in the roll out of infrastructure to support this new technology. EVs form a vital part of the decarbonisation plans and are at the core of plans for cleaner air both in Suffolk and at a national level.West Suffolk Council are the principal owner and controller of car parking within many of our major towns and as such we are planning to provide both a rapid/ultra-rapid charging (50kW+) provision for each town, and a good level of 7-22kW chargers across our long-stay spaces within each town. The objectives of the procurement are: • To secure value for money services• To provide EV drivers with a uniform experience when using charging infrastructure in West Suffolk owned car parks and assets.• To encourage EV uptake among residents by means of providing a clear, reliable, affordable, easy to use, and accessible level of charging provision within West Suffolk. We want customers to be confident they understand what they are paying for, that the chargers will work when they need them, and they are supported when something doesn’t work as expected• To enable the transition to low emissions vehicles within WSC’s fleet which is key in working towards its net zero carbon emissions goal by 2030• To build a good working relationship with a charge point supplier and operator (CPO) over the next 15 years (contract is 10+2+2+1)• To provide chargers that are accessible to all users in terms of space for wheelchairs, height of units, managing cables, and screen and information readabilityThere are two lots, Lot 1 is for our private depot sites, Lot 2 is for public charging. If you would like to submit bids for both lots, please complete two quotation forms. We would encourage CPOs to enter submissions for both lots.Funding for Lot 1 will be through the workplace charging scheme and internal funds. Funding for Lot 2 will be through ORCs/LEVI and contributions from CPOs.
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
Start date
7 November 2022
End date
6 November 2032
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
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
7 October 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 October 2022
Local time
3:00pm
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
West Suffolk Council
West Suffolk House, Western Way
Bury St Edmunds
IP33 3YU
customer.services@westsuffolk.gov.uk
Telephone
+44 1284763233
Country
United Kingdom