Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall, High Street
Kingston upon Thames
KT1 1EU
UK
Contact person: Commissioning Team
Telephone: +44 2085475000
E-mail: commissioning@kingston.gov.uk
NUTS: UKI63
Internet address(es)
Main address: http://www.kingston.gov.uk
Address of the buyer profile: http://www.kingston.gov.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
http://londontenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://londontenders.org
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 EV Infrastructure (LEVI)
Reference number: DN764334
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Royal Borough of Kingston upon Thames and the London Borough of Sutton have been collectively awarded Local EV Infrastructure (LEVI) capital funding of £886,000 to fund on-street charge point delivery across both boroughs.
The objectives of LEVI capital funding are to:
Deliver a step-change in the deployment of local, primarily low power, on-street charging infrastructure across England
Accelerate the commercialisation of, and investment in, the local charging infrastructure sector
LEVI capital funding is provided by the Office for Zero Emission Vehicles (OZEV) and is administered through a staged approval process managed by the Energy Savings Trust (EST) and further supported through the “LEVI Support Body” - EST, PA Consulting and Cenex.
Upon approval of the project, the authorities will be looking to procure charge point operator(s) to install, maintain, operate and supply on-street charge point infrastructure under Concession contract(s) for a period of 15 years in line with the objectives of the LEVI funding.
It is expected that charge point operators will be able to provide investment in addition to the LEVI capital funding amount.
Lots provided will consist of:
Lot 1 - lamp column charging points
Lot 2 - fast and rapid charge points (combined)
The service will be provided through a concession contract with a term of 15 years.
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.2.2) Additional CPV code(s)
09000000
31000000
51000000
71000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Royal Borough of Kingston upon Thames and the London Borough of Sutton will access the London Councils Electronic Vehicle Infrastructure (EVI) and Maintenance Dynamic Purchasing System (DPS) to award a Concession Contract(s) with a term of 15 years in accordance with Concession Contract Regulations 2016.
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: 180
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
Lot No: 2
II.2.2) Additional CPV code(s)
09000000
31000000
51100000
71000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Royal Borough of Kingston upon Thames and the London Borough of Sutton will access the London Councils Electronic Vehicle Infrastructure (EVI) and Maintenance Dynamic Purchasing System (DPS) to award a Concession Contract(s) with a term of 15 years in accordance with Concession Contract Regulations 2016.
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: 180
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/09/2025
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
High Court of Justice
The Strand London WC2A 2LL
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
21/02/2025