Tender

SC250082 - Local Electric Vehicle Infrastructure

  • Kent County Council

F02: Contract notice

Notice identifier: 2024/S 000-037984

Procurement identifier (OCID): ocds-h6vhtk-04be5c

Published 25 November 2024, 12:20pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

Contact

Miss Molly Roast

Email

Molly.Roast@kent.gov.uk

Telephone

+44 3000414141

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.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/Advert/Index?advertId=346138b5-0bab-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/Index?advertId=346138b5-0bab-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

SC250082 - Local Electric Vehicle Infrastructure

Reference number

DN753323

two.1.2) Main CPV code

  • 31158000 - Chargers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Kent County Council (KCC) wishes to invite suppliers to tender for the Local Electric Vehicle Infrastructure (LEVI) project. In line with Government plans to decarbonise transport and end the sale of petrol and diesel cars, Kent County Council is preparing the network for zero emission vehicles and in doing so supporting the ambition to reach net zero by 2050.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31158000 - Chargers
  • 51110000 - Installation services of electrical equipment

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

The Kent County Council (KCC) wishes to invite suppliers to tender for the Local Electric Vehicle Infrastructure (LEVI) project. In line with Government plans to decarbonise transport and end the sale of petrol and diesel cars, Kent County Council is preparing the network for zero emission vehicles and in doing so supporting the ambition to reach net zero by 2050.

In March 2022 the Government published Taking charge: the electric vehicle infrastructure strategy which outlined their intention that Local Authorities should play a leading role in ensuring equitable access to Electric Vehicle Charge Points (EVCP) in their localities.

This was followed up in 2023 when the Government launched the Local Electric Vehicle Infrastructure (LEVI) fund, which was designed to help deliver a step change in the deployment of local, primarily low power, on-street charging infrastructure to accelerate the commercialisation of, and investment in, the local charging infrastructure sector.

The LEVI fund is administered by the Office of Zero Emissions Vehicles (OZEV), who want to see Tier 1 Authorities enabling charging for those in most need. In the current landscape of electric vehicle (EV) charging, OZEV have made it clear that the primary focus should be on existing residential properties without the ability to charge their vehicles at home.

The Council will work with a private sector charge point operator (CPO) to develop a reliable and high-quality public on-street charge point network. This will enable equal levelling up across the county by providing the infrastructure needed for the residents of Kent to make the switch to EVs, particularly for those without the ability to charge at home.

The Individual Contract will be a Concession Contract with a contractual term of 20 years. The Supplier will work with the Customer to plan and deliver a network of primarily standard speed (3.7 kWh < P < 8 kWh) charge points, with a significant focus on 7kW bollard chargers. However, other charge point types and speeds may be considered if needed and subject to agreement by The Customer. The installation period of the charge points will take place during the first 10 years of the contract term. Based on the data provided by CENEX and the project dependencies, assumptions, constraints and risks, KCC have set the below indicative targets for installations:

• Infrastructure for 4,000 Sockets by 2030

• Infrastructure for 10,000 Sockets by 2035

The Council has successfully secured LEVI capital funding. Detailed information on the distribution of this funding to the awarded provider, including requirements for private sector investment and concession fees, can be found in the Service Specification, which is available to download on the Kent Business Portal.

Please note that the values provided are the estimated capital requirements from both LEVI funding and private sector investment. The total revenue generation potential will depend on various factors including the size of the ChargePoint network and its utilisation.

The procurement pack which includes further detail on the requirements can be found on the Kent Business Portal.

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: £60,000,000

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

Duration in months

240

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.1.2) 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

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

3 January 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 February 2025

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Kent County Council

Maidstone

Country

United Kingdom