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

Provision of public electric vehicle charging services and supply and installation of associated electricity vehicle charging services for local authority (including fleet charging)

  • First published: 26 March 2025
  • Last modified: 26 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-04e913
Published by:
East Ayrshire Council
Authority ID:
AA20168
Publication date:
26 March 2025
Deadline date:
11 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of public electric vehicle charging services and supply and installation of associated electricity vehicle charging services for local authority (including fleet charging) for East Ayrshire Council, North Ayrshire Council and South Ayrshire Council

Full notice text

Concession notice

Section I: Contracting authority/entity

I.1) Name and addresses

East Ayrshire Council

on behalf of North Ayrshire Council and South Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

UK

Contact person: Lisa Sneddon

Telephone: +44 1563576000

E-mail: Lisa.Sneddon@east-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.east-ayrshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.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

Provision of public electric vehicle charging services and supply and installation of associated electricity vehicle charging services for local authority (including fleet charging)

Reference number: PS/23/67

II.1.2) Main CPV code

71314100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of public electric vehicle charging services and supply and installation of associated electricity vehicle charging services for local authority (including fleet charging) for East Ayrshire Council, North Ayrshire Council and South Ayrshire Council

II.1.5) Estimated total value

Value excluding VAT: 58 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34144900

31158100

31610000

31680000

31681500

34996300

45213312

45223300

45233120

45233270

45233291

50324100

51100000

71322500

72267100

48444100

65300000

65320000

II.2.3) Place of performance

NUTS code:

UKM93

UKM94


Main site or place of performance:

East Ayrshire Council, North Ayrshire Council and South Ayrshire Council. East Ayrshire Council are the lead authority.

II.2.4) Description of the procurement

The procurement of a private sector partner to adopt the Ayrshire Authorities’ Existing EVCI and expand the EV public charging network within Ayrshire through a mix of public and private funding, as well as the supply and installation of fleet/depot charging infrastructure funded the Partner Councils will be procured through a partnership between North Ayrshire, South Ayrshire, and East Ayrshire, led by East Ayrshire Council. Please see the Ayrshires Project Information Pack for further details.

II.2.6) Estimated value

Value excluding VAT: 58 000 000.00  GBP

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

Duration in months: 240

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

This Procurement is following the Restricted Procedure. Its envisaged there shall be up to 5 bidders short-listed to be invited to the Stage 2 Invitation to Tender.

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:

Please refer to the SPD documentation.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders are required to provide their General yearly turnover for the previous THREE years. The minimum turnover required per year is GBP 2.5million.In addition, The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a “Fail” and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.

Risk or Credit reports from other agencies will not be considered.

It is the Tenderers responsibility to ensure that all information held by Creditsafe Business Solutions Ltd is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe Business Solutions Ltd scores are accurate by the due submission date.


Minimum level(s) of standards required:

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Professional Risk Indemnity: GBP 2million (in respect of each and every claim without limit to the number of claims, for 6 years from the date of completion)

Employer's (Compulsory) Liability: GBP 10million (in respect of each and every claim, without limit to the number of claims)

Public Liability: GBP 5million (in respect of each and every claim, without limit to the number of claims)

Product Liability: GBP 5million (in the aggregate)

Other Insurance:

Type: Goods in Transit

Minimum Amount: To be determined by the Concessionaire

Type: Contract Works (Loss or Damage to Works)

Minimum Amount: Works Contract value plus 50 percent

Type: Loss or Damage to Plant, Equipment and Materials

Minimum Amount: To be determined by the Concessionaire

Type: Motor Vehicle Insurance

Minimum Amount: To be determined by the Concessionaire

Please refer to the attached Insurance Questionnaire in PCS-T for further information, this must be completed successfully.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from:

-Within their organisation (bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation)

-Other consortium members (where a consortium bid is being proposed)

-Named entities upon whose capacity and capability the bidder is relying in order to meet the selection criteria

Bidders should be aware that they may be asked to confirm at the Invitation to Tender stage that there has been no material change to the skills, experience and resources available to them since submitting their SPD response.

The bidder should only provide information where the selection criteria have been specified by the public body in the relevant Contract Notice.

Question 4C.1 and 4C.1.2 Experience Examples for Works and Services are SCORED questions and are weighted as follows:

4C.1. Works Experience (30%)

4C.1.2 Services Experience (70%)

Bidders will be required to provide 2 example of Works carried out in the past five years that demonstrate that they have the relevant experience to deliver the Works as described in part II.2.4 of this Contract Notice. The Works should be of a similar value, size and scope.

Bidders will be required to provide 2 example of Services carried out in the past five years that demonstrate that they have the relevant experience to deliver the Works as described in part II.2.4 of this Contract Notice. The Works should be of a similar value, size and scope.

Bidders must provide contact details of referees for the experience example. Referees may be contacted to discuss the contract and the performance of the Contractor. Any Contractor which fails to have performed satisfactorily in the experience example may be excluded from the tender process.

4C.10 Sub-Contracting Percentage - for information only.


Minimum level(s) of standards required:

4C Qualifications - Bidders are required to confirm that they and/or the service provider have the following relevant educational and professional qualifications and provide:

-Qualifications for all personnel involved delivering works, including but not limited to electrical, environmental, and project management certifications.

-New Roads and Street Works Act 1991 Street Works Operative and Supervisor Qualifications

-Ability to demonstrate that your workforce includes individuals with EV-specific installation training (e.g., City & Guilds 2919-01 or equivalent).

-Professional memberships and certifications (e.g., NICEIC, CSCS, SMSTS).

Bidders are required to meet the criteria set out in PCS-T relating to Health and Safety, Quality Management and Environmental Management.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The KPIs will be available at Stage 2 Invitation to Tender to the short-listed bidders.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 11/04/2025

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.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 Restricted Procedure indicative timescales are detailed in the Ayrshire Project Information Pack - March 2025.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 28613. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits information will be available at Stage 2 Invitation to Tender to the short-listed bidders. Community Benefits are a mandatory requirement.

(SC Ref:791963)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

VI.5) Date of dispatch of this notice

03/03/2025

Coding

Commodity categories

ID Title Parent category
31158100 Battery chargers Chargers
48444100 Billing system Accounting system
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
34996300 Control, safety or signalling equipment for parking facilities Control, safety or signalling equipment for roads
34144900 Electric vehicles Special-purpose motor vehicles
31610000 Electrical equipment for engines and vehicles Electrical equipment and apparatus
71314100 Electrical services Energy and related services
31680000 Electrical supplies and accessories Electrical equipment and apparatus
65300000 Electricity distribution and related services Public utilities
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
45233291 Installation of bollards Construction, foundation and surface works for highways, roads
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
72267100 Maintenance of information technology software Software maintenance and repair services
65320000 Operation of electrical installations Electricity distribution and related services
45223300 Parking lot construction work Structures construction work
45233270 Parking-lot-surface painting work Construction, foundation and surface works for highways, roads
31681500 Rechargers Electrical accessories
45233120 Road construction works Construction, foundation and surface works for highways, roads
50324100 System maintenance services Support services of personal computers

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:
Lisa.Sneddon@east-ayrshire.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.