Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Greater Manchester Combined Authority
GMCA Offices, 1st Floor, Churchgate House, 56 Oxford Street
Manchester
M1 6EU
UK
Contact person: Ms Carys Hopcyn
Telephone: +44 7873927261
E-mail: carys.hopcyn@greatermanchester-ca.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.manchesterfire.gov.uk/
Address of the buyer profile: http://www.manchesterfire.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Opportunities/Index?p=e0cc5631-4690-e511-80fb-000c29c9ba21&v=1
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.the-chest.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
GMCA 837 Electric Vehicle Charging Infrastructure
Reference number: DN727939
II.1.2) Main CPV code
51000000
II.1.3) Type of contract
Services
II.1.4) Short description
For the provision of Electric Vehicle Charging Infrastructure
Contract Duration: 36 Months with a provision to extend for 2 Years in 12 month increment periods
GMFRS would like to make full use of the Workplace Charging Scheme to fund £350 per socket for the maximum allowance of 40 sockets. Our charging infrastructure will likely need to support a variety of EV makes and models and potentially different types of connectors and charging modes. GMFRS are seeking quotations for both ‘Fast’ 22kW (Type 2 socket) charge points and ‘Rapid’ 50kW to 62.5kW DC 43kW to 44kW AC charge points. These charging points must be aligned to the CHAdeMO or CCS charging standards.
Alongside the provision and installation of charging infrastructure, we require a maintenance arrangement to include planned preventative maintenance, emergency response and reactive maintenance, a charge point management systems to track charging consumption and patterns, automated invoicing and end user support.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31000000
34000000
48000000
50000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Open tender procedure for the provision of Electric Vehicle Charging Infrastructure
Contract Duration: 36 Months with a provision to extend for 2 Years in 12 month increment periods
GMFRS would like to make full use of the Workplace Charging Scheme to fund £350 per socket for the maximum allowance of 40 sockets. Our charging infrastructure will likely need to support a variety of EV makes and models and potentially different types of connectors and charging modes. GMFRS are seeking quotations for both ‘Fast’ 22kW (Type 2 socket) charge points and ‘Rapid’ 50kW to 62.5kW DC 43kW to 44kW AC charge points. These charging points must be aligned to the CHAdeMO or CCS charging standards.
Alongside the provision and installation of charging infrastructure, we require a maintenance arrangement to include planned preventative maintenance, emergency response and reactive maintenance, a charge point management systems to track charging consumption and patterns, automated invoicing and end user support.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
provision to extend for 2 Years in 12 month increment periods
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/07/2024
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:
23/07/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The High Court (England, Wales and Northern Ireland)
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
14/06/2024