Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Devon County Council
County Hall, Topsham Road
Exeter
EX2 4QD
UK
Contact person: Mr Max Townsend
E-mail: max.townsend@devon.gov.uk
NUTS: UKK4
Internet address(es)
Main address: http://www.devon.gov.uk
Address of the buyer profile: http://www.devon.gov.uk
I.1) Name and addresses
Torbay Council
Torquay
UK
E-mail: Adam.Luscombe@torbay.gov.uk
NUTS: UKK42
Internet address(es)
Main address: www.torbay.gov.uk
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.supplyingthesouthwest.org.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CP2463-23 Devon & Torbay Local Electric Vehicle Infrastructure
Reference number: DN715914
II.1.2) Main CPV code
34000000
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT:
7 966 400.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Rapids DC (500 kW+)
II.2.2) Additional CPV code(s)
34000000
II.2.3) Place of performance
NUTS code:
UKK42
UKK43
II.2.4) Description of the procurement
Lot 1 Rapids DC (500 kW+)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/05/2025
End:
06/05/2041
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 2
II.2.1) Title
Lot 2 Fast AC (22kW)
II.2.2) Additional CPV code(s)
34000000
II.2.3) Place of performance
NUTS code:
UKK42
UKK43
II.2.4) Description of the procurement
Lot 2 Fast AC (22kW)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/05/2025
End:
06/05/2036
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 3
II.2.1) Title
Lot 3 Standard AC (<8kW) Bollard Chargepoints
II.2.2) Additional CPV code(s)
34000000
II.2.3) Place of performance
NUTS code:
UKK42
UKK43
II.2.4) Description of the procurement
Lot 3 Standard AC (<8kW) Bollard Chargepoints
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
6 166 400.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/05/2025
End:
06/05/2041
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 4
II.2.1) Title
Lot 4 On-Street Lamp Column Chargepoints
II.2.2) Additional CPV code(s)
34000000
II.2.3) Place of performance
NUTS code:
UKK42
UKK43
II.2.4) Description of the procurement
Lot 4 On-Street Lamp Column Chargepoints
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/05/2025
End:
06/05/2041
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-036863
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
11/02/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
06/12/2024