Tender

INVITATION TO TENDER - For the Supply and Installation of Electric Vehicle (EV) Chargers at West Suffolk Locations

  • West Suffolk Council

F02: Contract notice

Notice identifier: 2022/S 000-033246

Procurement identifier (OCID): ocds-h6vhtk-0387b8

Published 23 November 2022, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

West Suffolk Council

West Suffolk House, Western Way

Bury St Edmunds

IP33 3YU

Contact

Zia Quader

Email

zia.quader@westsuffolk.gov.uk

Telephone

+44 1284757310

Country

United Kingdom

NUTS code

UKH14 - Suffolk

National registration number

D-U-N-S Number - 22 416 8587

Internet address(es)

Main address

https://www.westsuffolk.gov.uk/

Buyer's address

https://www.westsuffolk.gov.uk/Business/selling-to-the-council/index.cfm?aud=business

one.3) Communication

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

https://in-tendhost.co.uk/suffolksourcing/aspx/ProjectManage/14643

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 at West Suffolk Locations

Reference number

WSC/14643/2022

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 at West Suffolk Locations.This 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 21 December 2022. Please note late returns will NOT be permittedhttps://in-tendhost.co.uk/suffolksourcing/aspx/ProjectManage/14643The deadline for clarification questions is 17 December 2022, 1200hours, which must be generated via the correspondence option on the website

two.1.5) Estimated total value

Value excluding VAT: £3,300,000

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 No

1

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 • 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. We would encourage CPOs to enter submissions for both lots. Please complete one form for both lots.Funding for private depot sites (Lot 1) will be through the workplace charging scheme and internal funds. Funding for public sites (Lot 2) must be provided by the CPO. ORCS/LEVI funding or similar can be used by CPOs, however, they should not rely on applications to these funds being accepted and must commit to funding all sites specified within this schedule. Where funding applications are made, the CPO must lead on the administration of these bids. This contract is for specified sites, however, additional sites may be added at the council’s discretion and with joint agreement of the CPO (either fully funded or not) up to a value of 50% of the estimated total contract value (£2.2m). i.e. maximum total contract value under this procurement will be capped for £3.3m for the duration of the contract.The winning supplier does not have exclusive rights to install infrastructure on future sites/ projects in West Suffolk.

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: £3,300,000

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

Start date

23 January 2023

End date

22 January 2038

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: Yes

Description of options

West Suffolk Council is inviting tenders for the Supply and Installation of Electric Vehicle (EV) Chargers. We are seeking a supplier for 15 years. There are two lots, Lot 1 is for our private depot sites, Lot 2 is for public charging.

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 • 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. We would encourage CPOs to enter submissions for both lots. Please complete one form for both lots.Funding for private depot sites (Lot 1) will be through the workplace charging scheme and internal funds. Funding for public sites (Lot 2) must be provided by the CPO. ORCS/LEVI funding or similar can be used by CPOs, however, they should not rely on applications to these funds being accepted and must commit to funding all sites specified within this schedule. Where funding applications are made, the CPO must lead on the administration of these bids. This contract is for specified sites, however, additional sites may be added at the council’s discretion and with joint agreement of the CPO (either fully funded or not) up to a value of 50% of the estimated total contract value (£2.2m). i.e. maximum total contract value under this procurement will be capped for £3.3m for the duration of the contract.The winning supplier does not have exclusive rights to install infrastructure on future sites/ projects in West Suffolk.

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

23 January 2023

End date

22 January 2038

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: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents

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

23 December 2022

Local time

3:00pm

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

Tender must be valid until: 31 March 2023

four.2.7) Conditions for opening of tenders

Date

23 December 2022

Local time

3:00pm

Place

Electronic Tender Opening in our Procurement portal.


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

Email

zia.quader@westsuffolk.gov.uk

Telephone

+44 1284757310

Country

United Kingdom

Internet address

https://www.westsuffolk.gov.uk/

six.4.2) Body responsible for mediation procedures

West Suffolk Council

West Suffolk House, Western Way

Bury St Edmunds

IP33 3YU

Email

zia.quader@westsuffolk.gov.uk

Telephone

+44 1284757310

Country

United Kingdom

Internet address

https://www.westsuffolk.gov.uk/