Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
Cunard Building, Water Street
Liverpool
L3 1DS
Contact
Mr Sam Spencer
Telephone
+44 1512309769
Country
United Kingdom
Region code
UKD72 - Liverpool
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert?advertId=ee6f4c07-3998-ef11-8132-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert?advertId=ee6f4c07-3998-ef11-8132-005056b64545
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
Electric Vehicle Column Chargers (Phase 3)
Reference number
DN733478
two.1.2) Main CPV code
- 31158000 - Chargers
two.1.3) Type of contract
Supplies
two.1.4) Short description
Liverpool City Council is looking to engage an Electric Vehicle (EV) Charge Point Operator to supply, install, maintain and operate 300 EV chargers to be installed within existing lighting columns for up to 15 years. This will include procurement of electricity and charging users for it as part of their charging cost per kWh.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34144900 - Electric vehicles
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
two.2.4) Description of the procurement
Liverpool City Council requires a Charge Point Operator to supply and install 300 Electrical Vehicle Chargers around the city in areas with no off street parking. Once installed the Charge Point Operator will be responsible for all aspects of operation, maintenance and repair.
An annual operator payment will be made by the Operator to LCC.
Full details of the requirements are detailed within the tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
1 potential extension of 60 months (5 years)
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
6 December 2024
Local time
12:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 December 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
Royal Courts of Justice
London
Telephone
+44 2079477882
Country
United Kingdom