Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CP2463-23 Devon & Torbay Local Electric Vehicle Infrastructure

  • First published: 08 December 2024
  • Last modified: 08 December 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04693f
Published by:
Devon County Council
Authority ID:
AA0023
Publication date:
08 December 2024
Deadline date:
11 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
max.townsend@devon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.