Concession notice
Section I: Contracting 
        authority/entity
      
I.1) Name and addresses
  West Northamptonshire Council
  ONE ANGEL SQUARE,ANGEL STREET
  NORTHAMPTON
  NN11ED
  UK
  
            Telephone: +44 3001267000
  
            E-mail: procurement@westnorthants.gov.uk
  
            NUTS: UKF24
  Internet address(es)
  
              Main address: https://www.westnorthants.gov.uk
  
              Address of the buyer profile: https://in-tendhost.co.uk/wnc/aspx/Home
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/wnc/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/wnc/aspx/Home
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/wnc/aspx/Home
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
Supply, Install, Maintain and Operate Electric Vehicle Charge Points
            Reference number: WNC00000490
  II.1.2) Main CPV code
  51110000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  West Northamptonshire Council (WNC) is seeking to grant a concession (the Concession) to a qualified Service Provider to supply, install, maintain, and operate electric vehicle charge points within the region.  
  To support residents and businesses in their transition to a low carbon economy, WNC are committed to the delivery of a sustainable high quality electric vehicle public charging network across the region that represents: 
  •	A positive customer experience of public EV charging that is: 
  o	Easy to use, intuitive and integrated, 
  o	Inclusive and accessible to all, and 
  o	Fairly priced, while 
  •	A fair financial return on resources and opportunities provided by the Council. 
  Except where noted, the Service Provider must be able to supply, install, operate, and maintain the chargers at no cost to the Council, outside of LEVI funding. The Service Provider must demonstrate their experience of supplying and operating charge points across the UK with a high level of customer satisfaction. 
  The Council will be contributing £2,853,000 in capital funding, secured through Government's Local Electric Vehicle Infrastructure (LEVI) scheme. 
  The Authority has estimated the total procurement valuation to be: £7,000,000. This takes into account the Authority's contribution of £2,853,000. The service provider's investment towards this concession contract should amount to a minimum of £4.2m.  
  This procurement is being conducted in accordance with the Concession Contracts Regulations 2016. The Authority intends to conduct a competition following the Competitive Dialogue process to identify and define the solutions which are best suited to meeting the needs of the Authority as set out in the procurement documents. 
  The amount of income likely to be derived by the concessionaire is currently unknown.  The Authority is relying on the procurement process to ascertain the value.
  Full details relating to the Services are provided in the tender documents.  
  The Agreement will run for 15 years plus an additional 12 months from October 2025. 
  If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register.  Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home   
    
  Supplier questionnaires must be returned via the Portal.   
    
  The return date is midday on Monday 17th March 2025. Submissions received after this time and date will not be accepted.   
    
  No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents. 
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    65300000
    II.2.3) Place of performance
    NUTS code:
    UKF24
    II.2.4) Description of the procurement
    West Northamptonshire Council (WNC) is seeking to grant a concession (the Concession) to a qualified Service Provider to supply, install, maintain, and operate electric vehicle charge points within the region.  
    To support residents and businesses in their transition to a low carbon economy, WNC are committed to the delivery of a sustainable high quality electric vehicle public charging network across the region that represents: 
    •	A positive customer experience of public EV charging that is: 
    o	Easy to use, intuitive and integrated, 
    o	Inclusive and accessible to all, and 
    o	Fairly priced, while 
    •	A fair financial return on resources and opportunities provided by the Council. 
    Except where noted, the Service Provider must be able to supply, install, operate, and maintain the chargers at no cost to the Council, outside of LEVI funding. The Service Provider must demonstrate their experience of supplying and operating charge points across the UK with a high level of customer satisfaction. 
    The Council will be contributing £2,853,000 in capital funding, secured through Government's Local Electric Vehicle Infrastructure (LEVI) scheme. 
    The Authority has estimated the total procurement valuation to be: £7,000,000. This takes into account the Authority's contribution of £2,853,000. The service provider's investment towards this concession contract should amount to a minimum of £4.2m.  
    This procurement is being conducted in accordance with the Concession Contracts Regulations 2016. The Authority intends to conduct a competition following the Competitive Dialogue process to identify and define the solutions which are best suited to meeting the needs of the Authority as set out in the procurement documents. 
    The amount of income likely to be derived by the concessionaire is currently unknown.  The Authority is relying on the procurement process to ascertain the value.
    Full details relating to the Services are provided in the tender documents.  
    The Agreement will run for 15 years plus an additional 12 months from October 2025. 
    If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register.  Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home   
      
    Supplier questionnaires must be returned via the Portal.   
      
    The return date is midday on Monday 17th March 2025. Submissions received after this time and date will not be accepted.   
      
    No Tender submissions will be considered without completing the tender documents in full including attachments and returning them in alignment with the instructions within the tender documents. 
    II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
    
                Duration in months: 180
    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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Applicants will be assessed in accordance with the Concession Contracts Regulations 2016 and as set out in the ITT
  documents
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              17/03/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
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
  
    Royal Courts of Justice
    London
    UK
   
 
VI.5) Date of dispatch of this notice
14/02/2025