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

Local Electric Vehicle Charging Infrastructure (LEVCI) for BCP and Dorset Councils

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • 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-04e39c
Published by:
Bournemouth Christchurch and Poole Council
Authority ID:
AA75581
Publication date:
12 March 2025
Deadline date:
09 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Bournemouth, Christchurch and Poole (BCP) Council and Dorset Council are inviting

tenders from suitably qualified Service Providers to supply, install, operate and maintain

Public Electric Vehicle Charging Infrastructure (EVCI) in the BCP and Dorset Council area.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Bournemouth Christchurch and Poole Council

BCP Council, Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

UK

Contact person: Procurement

E-mail: procurement@bcpcouncil.gov.uk

NUTS: UKK24

Internet address(es)

Main address: www.bcpcouncil.gov.uk

Address of the buyer profile: https://www.supplyingthesouthwest.org.uk

I.1) Name and addresses

Dorset Council

County Hall Colliton Park

Dorchester,

DT1 1XJ

UK

E-mail: procurement@bcpcouncil.gov.uk

NUTS: UKK25

Internet address(es)

Main address: www.dorset.gov.uk

Address of the buyer profile: https://www.supplyingthesouthwest.org.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://www.supplyingthesouthwest.org.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://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

Local Electric Vehicle Charging Infrastructure (LEVCI) for BCP and Dorset Councils

Reference number: DN764251

II.1.2) Main CPV code

51100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Bournemouth, Christchurch and Poole (BCP) Council and Dorset Council are inviting

tenders from suitably qualified Service Providers to supply, install, operate and maintain

Public Electric Vehicle Charging Infrastructure (EVCI) in the BCP and Dorset Council area.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31158000

34144900

50110000

63712000

63712600

65400000

II.2.3) Place of performance

NUTS code:

UKK24

UKK25

II.2.4) Description of the procurement

Bournemouth, Christchurch and Poole (BCP) Council and Dorset Council are inviting

tenders from suitably qualified Service Providers to supply, install, operate and maintain

Public Electric Vehicle Charging Infrastructure (EVCI) in the BCP Council area.

BCP Council has been awarded LEVI funding of £1.447m capital (provisional) and Dorset

Council has been awarded LEVI funding of £2.490m capital (provisional) subject to

conditions. The Authorities are seeking to enter a Public Private Commercial Partnership

(via a concession contract) to deliver this project.

The Authorities will use the LEVI funding as a capital investment to cover costs associated

with the installation of 7kw on-street residential charge points.

The Authority’s strategy is to see these sites delivered through commercial investment.

The risk and responsibility associated with installation, maintenance, operations, and

asset utilisation will lie with the Concessionaire, who will be expected to finance the capital

with the contribution of LEVI funding and replacement costs of the charging infrastructure

themselves. The DfT OZEV has provided a clear instruction to Local Authorities that it

expects a minimum funding contribution by the Concessionaire to be greater than 60% of

the LEVI subsidy.

The duration of the Contract will be fifteen (15) years.

There is the potential for an extension on the same terms for administrative constraints of

one year, without a commitment to extend, at the discretion of the Authorities.

We are conducting a joint tender between Dorset and BCP with the intention to award to a

single supplier under two separate contracts made between each Authority and the

Concessionaire.

This tender is being conducted under the Concession Contract Regulations 2016 (the "2016 Regulations").

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 90

Quality criterion: Price / Weighting: 10

Price

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

Duration in months: 180

This contract is subject to renewal: Yes

Description of renewals:

The duration of the Contract will be fifteen (15) years.

There is the potential for an extension on the same terms for administrative constraints of

one year, without a commitment to extend, at the discretion of the Authorities.

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

All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

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

III.2.2) Contract performance conditions

Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).

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: 09/04/2025

Local time: 12:00

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 09/04/2025

Local time: 12:30

Information about authorised persons and opening procedure:

All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).

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 Royal Courts of Justice, Strand

London

UK

VI.5) Date of dispatch of this notice

18/02/2025

Coding

Commodity categories

ID Title Parent category
31158000 Chargers Ballasts for discharge lamps or tubes
34144900 Electric vehicles Special-purpose motor vehicles
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
65400000 Other sources of energy supplies and distribution Public utilities
50110000 Repair and maintenance services of motor vehicles and associated equipment Repair, maintenance and associated services of vehicles and related equipment
63712000 Support services for road transport Support services for land transport
63712600 Vehicle refuelling services Support services for road transport

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:
procurement@bcpcouncil.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.