Section one: Contracting authority
one.1) Name and addresses
Devon County Council
County Hall, Topsham Road
Exeter
EX2 4QD
Contact
Mr Max Townsend
Country
United Kingdom
Region code
UKK4 - Devon
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Torbay Council
Torquay
Country
United Kingdom
Region code
UKK42 - Torbay
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplyingthesouthwest.org.uk
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
CP2463-23 Devon & Torbay Local Electric Vehicle Infrastructure
Reference number
DN715914
two.1.2) Main CPV code
- 34000000 - Transport equipment and auxiliary products to transportation
two.1.3) Type of contract
Supplies
two.1.4) Short description
Concession contract for:
The Councils intend to work with Private Sector Partner(s) (PSP) using a concessions approach, supplemented with the LEVI Capital Funding, to deliver approximately 2000 electric vehicle chargepoints in car parks and on-street locations across Devon & Torbay.
This is a joint project between Devon County Council and Torbay Council. The Devon District authorities (East Devon District Council, Exeter City Council, Mid Devon District Council, Teignbridge District Council, South Hams District Council, Torridge District Council, and West Devon Borough Council) and Devon Parish Councils are also delivery partners contributing to the successful delivery of the project, which will include granting leases at council owned car parks.
two.1.5) Estimated total value
Value excluding VAT: £7,966,400
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 Rapids DC (500 kW+)
Lot No
1
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKK42 - Torbay
- UKK43 - Devon CC
two.2.4) Description of the procurement
Lot 1 Rapids DC (500 kW+)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 May 2025
End date
6 May 2041
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
two.2.14) Additional information
The range of investment available for Lot 1 is £750,000 - £1,500,000.
The value of a concession contract shall be the total turnover of the concessionaire generated over the duration of the contract, inclusive of value added tax, as estimated by the contracting authority or utility, in consideration for the works and services which are the object of the concession contract and for the supplies incidental to such works and services. The estimated total turnover for this contract is £780,000,000.
Although at the outset Torbay Council will not be awarded under this Lot, the Authority reserves the right to modify the contract to allow Torbay Council to call off at a later date by mutual agreement with the successful provider.
two.2) Description
two.2.1) Title
Lot 2 Fast AC (22kW)
Lot No
2
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKK42 - Torbay
- UKK43 - Devon CC
two.2.4) Description of the procurement
Lot 2 Fast AC (22kW)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 May 2025
End date
6 May 2036
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
two.2.14) Additional information
The range of investment available for Lot 2 is £750,000 - £1,500,000.
The value of a concession contract shall be the total turnover of the concessionaire generated over the duration of the contract, inclusive of value added tax, as estimated by the contracting authority or utility, in consideration for the works and services which are the object of the concession contract and for the supplies incidental to such works and services. The estimated total turnover for this contract is £780,000,000.
two.2) Description
two.2.1) Title
Lot 3 Standard AC (<8kW) Bollard Chargepoints
Lot No
3
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKK42 - Torbay
- UKK43 - Devon CC
two.2.4) Description of the procurement
Lot 3 Standard AC (<8kW) Bollard Chargepoints
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £6,166,400
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 May 2025
End date
6 May 2041
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
two.2.14) Additional information
The range of investment available for Lot 3 is £6,166,400 - £7,966,400.
The value of a concession contract shall be the total turnover of the concessionaire generated over the duration of the contract, inclusive of value added tax, as estimated by the contracting authority or utility, in consideration for the works and services which are the object of the concession contract and for the supplies incidental to such works and services. The estimated total turnover for this contract is £780,000,000.
two.2) Description
two.2.1) Title
Lot 4 On-Street Lamp Column Chargepoints
Lot No
4
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKK42 - Torbay
- UKK43 - Devon CC
two.2.4) Description of the procurement
Lot 4 On-Street Lamp Column Chargepoints
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 May 2025
End date
6 May 2041
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
two.2.14) Additional information
The range of investment available for Lot 4 is £300,000 - £1,000,000.
The value of a concession contract shall be the total turnover of the concessionaire generated over the duration of the contract, inclusive of value added tax, as estimated by the contracting authority or utility, in consideration for the works and services which are the object of the concession contract and for the supplies incidental to such works and services. The estimated total turnover for this contract is £780,000,000.
Although at the outset Torbay Council will not be awarded under this Lot, the Authority reserves the right to modify the contract to allow Torbay Council to call off at a later date by mutual agreement with the successful provider.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-036863
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Authority reserves the right to create future modifications to transfer funds from one Lot to another.
For information only THE DEVON AND TORBAY COMBINED COUNTY AUTHORITY REGULATIONS 2024 may require statutory changes to the contractual arrangements between partners.
The authority reserves the right to cancel the procurement process at any stage. The
authority does not bind itself to accept the lowest or any tender, and reserve the right not to
award a contract. The authority reserves the right to award the contract in part, or to call for
new tenders should they consider this necessary. Economic operators remain responsible for
all costs and expenses incurred by them or by any third party acting under instructions from
them in connection with their participation in this procurement, whether incurred directly by
them or their advisors or subcontractors and regardless of whether such costs arise as a
consequence direct or indirect of any amendments to documents issued by the authority at
any time, or as a consequence of the cancellation of the procurement by the authority. For
the avoidance of doubt, the authority shall have no liability whatsoever to economic
operators or their advisors or subcontractors, for any of their costs, including but not limited
to those for any discussions or communications. Any contract(s) or agreement(s) entered
into as a result of this contract notice shall be considered as a contract(s) or agreement(s)
made under English law and subject to the exclusive jurisdiction of the English courts. If an
economic operator considers that any information supplied by it during this procurement
process is commercially sensitive or confidential in nature, this should be highlighted and the
reasons for its sensitivity as well as the duration of that sensitivity specified. Economic
operators should be aware that even where they have indicated that information is
commercially sensitive, the authority may disclose it pursuant to the Freedom of Information
Act 2000 in response to a request for information where such disclosure is considered to be
in the public interest. Please note that the receipt by any of the authority of any materials
marked ‘confidential’ or equivalent shall not be taken to mean that the authority accepts any
duty of confidence by virtue of that marking.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom