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

West Yorkshire Electric Vehicle Infrastructure Framework

  • First published: 29 March 2024
  • Last modified: 29 March 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-0387ac
Published by:
West Yorkshire Combined Authority
Authority ID:
AA28341
Publication date:
29 March 2024
Deadline date:
30 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils for the supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.

The Framework Contract will be for a five (5) year term with a total value range of up to £50m. Call off Contracts awarded under the Framework Contract will be for a term of up to 15 years with an optional extension of 1 year and will be specified in each Framework Call off Contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Yorkshire Combined Authority

8876556

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

UK

Contact person: Darren Wood

Telephone: +44 1133481789

E-mail: darren.wood@westyorks-ca.gov.uk

NUTS: UKE4

Internet address(es)

Main address: https://www.westyorks-ca.gov.uk

Address of the buyer profile: https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80045&B=UK


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80045&B=UK


Tenders or requests to participate must be sent to the abovementioned address


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

West Yorkshire Electric Vehicle Infrastructure Framework

Reference number: 85800

II.1.2) Main CPV code

31158000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils for the supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.

The Framework Contract will be for a five (5) year term with a total value range of up to £50m. Call off Contracts awarded under the Framework Contract will be for a term of up to 15 years with an optional extension of 1 year and will be specified in each Framework Call off Contract.

II.1.5) Estimated total value

Value excluding VAT: 50 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45200000

45310000

50200000

50324100

51110000

51214000

71240000

II.2.3) Place of performance

NUTS code:

UKE4

UK

II.2.4) Description of the procurement

This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils with supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 60

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: Yes

II.2.14) Additional information

Call-off methods: Call-offs may be made by direct award or further competition. Full details

of the call-off methods can be found in the published tender documents.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 6

Justification for any framework agreement duration exceeding 4 years: This Framework is being put in place to support/complement the delivery ofstrategic project initiatives of significant importance and due to the nature of the schemesinvolved, a framework period of 5 years is required.

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:

2022/S 000-033227

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/04/2024

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 30/04/2024

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contract opportunity is advertised on behalf of and will be available for use by the

following - The Combined Authority is running this procurement process on its own behalf

and other Contracting Authorities as follows: The Borough Council of Calderdale, The

Council of the Borough of Kirklees, The Council of the City of Wakefield Metropolitan

District, City of Bradford Metropolitan District Council and Leeds City Council.

The nature of supplies, services and works procured under the established Framework will vary dependent upon each requirement and may result in a range of Call of Contract types including supplies, services, works and concession contracts.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.4.4) Service from which information about the review procedure may be obtained

West Yorkshire Combined Authority

40-50 Wellington Street

Leeds

LS1 2DE

UK

VI.5) Date of dispatch of this notice

28/03/2024

Coding

Commodity categories

ID Title Parent category
71240000 Architectural, engineering and planning services Architectural and related services
31158000 Chargers Ballasts for discharge lamps or tubes
45310000 Electrical installation work Building installation work
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
51214000 Installation services of parking meter equipment Installation services of measuring equipment
50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Repair and maintenance services
50324100 System maintenance services Support services of personal computers
45200000 Works for complete or part construction and civil engineering work Construction work

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:
darren.wood@westyorks-ca.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.