Cornwall Council Framework for the Supply, Installation, Operation and Maintenance of Electric Vehicle Charge Points

  • Cornwall Council

F14: Notice for changes or additional information

Notice identifier: 2021/S 000-030143

Procurement identifier (OCID): ocds-h6vhtk-02fd36

Published 3 December 2021, 5:04pm



Section one: Contracting authority/entity

one.1) Name and addresses

Cornwall Council

County Hall, Treyew Road

Truro

TR1 3AY

Contact

Mr Simon Mols

Email

simon.mols@cornwall.gov.uk

Telephone

+44 1872324971

Country

United Kingdom

NUTS code

UKK3 - Cornwall and Isles of Scilly

Internet address(es)

Main address

http://www.cornwall.gov.uk

Buyer's address

http://www.cornwall.gov.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cornwall Council Framework for the Supply, Installation, Operation and Maintenance of Electric Vehicle Charge Points

Reference number

DN555639

two.1.2) Main CPV code

  • 51110000 - Installation services of electrical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Cornwall Council is seeking to procure an Electric Vehicle (EV) charge point solution Supplier to provide a fully managed service under a 4-year EV infrastructure framework with a £30,000,000 ceiling. The single supplier Framework will cover the supply and installation of chargers, as well as the operation and maintenance of installed charge points via 10-year (plus 5-year optional extension) contracts. It will also provide an option for the Single supplier to self-fund or co-fund charge points on Cornwall Council land.

To tender: (a) Go to www.supplyingthesouthwest.org.uk, (b) Register (c) Search for tender opportunity ref: DN555639 d) Express an interest (e) Access and download the tender from the

website.

All information requests or tender clarification queries must be raised using the Due North Messaging system

accessed via www.supplyingthesouthwest.org.uk.


Section seven. Changes

seven.1.2) Text to be corrected in the original notice

Section number

II.2.11

Place of text to be modified

Description of options

Instead of
Text

The specification found in the procurement documents sets out two options; bidders may choose to submit a tender for either option.

Option 1 – Cornwall Council’s Mandatory Requirements

Under Option 1, the bidder will tender to:

1. Supply, install, operate and maintain grant funded and/or Cornwall Council funded charge points as specified in Task Orders issued as required by the Council.

2. Self-fund additional charge points to be installed on Council-owned land and/or on-street locations by mutual agreement of the bidder and the Council.

Option 2 – Cornwall Council’s Mandatory and Desirable Requirements

Under Option 2, the bidder will tender to:

1. Supply, install, operate and maintain grant funded and/or Cornwall Council funded charge points as specified in Task Orders issued as required by the Council (Mandatory).

2. Self-fund, or co-fund with Cornwall Council, additional charge points to be installed on Council-owned land and/or on-street locations by mutual agreement of the bidder and the Council (Mandatory).

3. Operate and maintain Cornwall Council’s legacy public and workplace charge points by mutual agreement of the Council and the bidder (Desirable).

Whilst the Council will consider tender submissions for Option 1 (Mandatory Requirements only), the ability for bidders to deliver the full scope via an Option 2 submission is considered desirable.

In accordance with the quality award criteria outlined in the procurement documents, Option 2 submissions will have the potential to a achieve a higher score in the quality assessment.

Further information is available in the procurement documents.

Read
Text

The specification found in the procurement documents sets out two options; bidders may choose to submit a tender for either option.

Option 1 – Cornwall Council’s Mandatory Requirements

Under Option 1, the bidder will tender to:

1. Supply, install, operate and maintain grant funded and/or Cornwall Council funded charge points as specified in Task Orders issued as required by the Council.

2. Self-fund, or co-fund with Cornwall Council, additional charge points to be installed on Council-owned land and/or on-street locations by mutual agreement of the bidder and the Council.

Option 2 – Cornwall Council’s Mandatory and Desirable Requirements

Under Option 2, the bidder will tender to:

1. Supply, install, operate and maintain grant funded and/or Cornwall Council funded charge points as specified in Task Orders issued as required by the Council (Mandatory).

2. Self-fund, or co-fund with Cornwall Council, additional charge points to be installed on Council-owned land and/or on-street locations by mutual agreement of the bidder and the Council (Mandatory).

3. Operate and maintain Cornwall Council’s legacy public and workplace charge points by mutual agreement of the Council and the bidder (Desirable).

Whilst the Council will consider tender submissions for Option 1 (Mandatory Requirements only), the ability for bidders to deliver the full scope via an Option 2 submission is considered desirable. In accordance with the quality award criteria outlined in the procurement documents, Option 2 submissions will have the potential to a achieve a higher score in the quality assessment.

Further information is available in the procurement documents.

Section number

IV.2.2

Instead of
Date

5 January 2022

Local time

3:00pm

Read
Date

12 January 2022

Local time

3:00pm

Section number

IV.2.7

Instead of
Date

5 January 2022

Local time

3:00pm

Read
Date

12 January 2022

Local time

3:00pm