Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Suffolk Council
D-U-N-S Number - 22 416 8587
West Suffolk House, Western Way
Bury St Edmunds
IP33 3YU
UK
Contact person: Zia Quader
Telephone: +44 1284757310
E-mail: zia.quader@westsuffolk.gov.uk
NUTS: UKH14
Internet address(es)
Main address: https://www.westsuffolk.gov.uk/
Address of the buyer profile: https://www.westsuffolk.gov.uk/Business/selling-to-the-council/index.cfm?aud=business
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/suffolksourcing/aspx/ProjectManage/14643
Additional information can be obtained from the abovementioned address
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
INVITATION TO TENDER - For the Supply and Installation of Electric Vehicle (EV) Chargers at West Suffolk Locations
Reference number: WSC/14643/2022
II.1.2) Main CPV code
31000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
West Suffolk Council are currently out to tender for the Supply and Installation of Electric Vehicle (EV) Chargers at West Suffolk Locations.This opportunity is available in the `Current Tenders` area of portal. Interested parties are invited to express their interest to gain full access to the tender documentation.The deadline date for submissions of the tender is 21 December 2022. Please note late returns will NOT be permittedhttps://in-tendhost.co.uk/suffolksourcing/aspx/ProjectManage/14643The deadline for clarification questions is 17 December 2022, 1200hours, which must be generated via the correspondence option on the website
II.1.5) Estimated total value
Value excluding VAT:
3 300 000.00
GBP
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.2.1) Title
Lot 1 is for our private depot sites
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UKH14
Main site or place of performance:
II.2.4) Description of the procurement
West Suffolk Council (WSC) is a district council covering a population of 179,900 (2021) which has six market towns: Brandon, Bury St Edmunds, Clare, Haverhill, Mildenhall and Newmarket.West Suffolk Council has committed to net zero emissions by 2030 and has begun its works to reduce the emissions from its buildings, operations, and activities. West Suffolk Council recognises that Electric Vehicles (EVs) are becoming mainstream within our society and that the authority will need to play a part in the roll out of infrastructure to support this new technology. EVs form a vital part of the decarbonisation plans and are at the core of plans for cleaner air both in Suffolk and at a national level.West Suffolk Council are the principal owner and controller of car parking within many of our major towns and as such we are planning to provide both a rapid/ultra-rapid charging (50kW+) provision for each town, and a good level of 7-22kW chargers across our long-stay spaces within each town. The objectives of the procurement are: • To secure value for money services• To provide EV drivers with a uniform experience when using charging infrastructure in West Suffolk owned car parks and assets.• To encourage EV uptake among residents by means of providing a clear, reliable, affordable, easy to use, and accessible level of charging provision within West Suffolk. We want customers to be confident they understand what they are paying for, that the chargers will work when they need them, and they are supported when something doesn’t work as expected• To enable the transition to low emissions vehicles within WSC’s fleet which is key in working towards its net zero carbon emissions goal by 2030• To build a good working relationship with a charge point supplier and operator (CPO) over the next 15 years • To provide chargers that are accessible to all users in terms of space for wheelchairs, height of units, managing cables, and screen and information readabilityThere are two lots, Lot 1 is for our private depot sites, Lot 2 is for public charging. We would encourage CPOs to enter submissions for both lots. Please complete one form for both lots.Funding for private depot sites (Lot 1) will be through the workplace charging scheme and internal funds. Funding for public sites (Lot 2) must be provided by the CPO. ORCS/LEVI funding or similar can be used by CPOs, however, they should not rely on applications to these funds being accepted and must commit to funding all sites specified within this schedule. Where funding applications are made, the CPO must lead on the administration of these bids. This contract is for specified sites, however, additional sites may be added at the council’s discretion and with joint agreement of the CPO (either fully funded or not) up to a value of 50% of the estimated total contract value (£2.2m). i.e. maximum total contract value under this procurement will be capped for £3.3m for the duration of the contract.The winning supplier does not have exclusive rights to install infrastructure on future sites/ projects in West Suffolk.
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:
3 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
23/01/2023
End:
22/01/2038
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:
Yes
Description of options:
West Suffolk Council is inviting tenders for the Supply and Installation of Electric Vehicle (EV) Chargers. We are seeking a supplier for 15 years. There are two lots, Lot 1 is for our private depot sites, Lot 2 is for public charging.
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
Lot No: 2
II.2.1) Title
Lot 2 is for public charging.
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UKH14
Main site or place of performance:
II.2.4) Description of the procurement
West Suffolk Council (WSC) is a district council covering a population of 179,900 (2021) which has six market towns: Brandon, Bury St Edmunds, Clare, Haverhill, Mildenhall and Newmarket.West Suffolk Council has committed to net zero emissions by 2030 and has begun its works to reduce the emissions from its buildings, operations, and activities. West Suffolk Council recognises that Electric Vehicles (EVs) are becoming mainstream within our society and that the authority will need to play a part in the roll out of infrastructure to support this new technology. EVs form a vital part of the decarbonisation plans and are at the core of plans for cleaner air both in Suffolk and at a national level.West Suffolk Council are the principal owner and controller of car parking within many of our major towns and as such we are planning to provide both a rapid/ultra-rapid charging (50kW+) provision for each town, and a good level of 7-22kW chargers across our long-stay spaces within each town. The objectives of the procurement are: • To secure value for money services• To provide EV drivers with a uniform experience when using charging infrastructure in West Suffolk owned car parks and assets.• To encourage EV uptake among residents by means of providing a clear, reliable, affordable, easy to use, and accessible level of charging provision within West Suffolk. We want customers to be confident they understand what they are paying for, that the chargers will work when they need them, and they are supported when something doesn’t work as expected• To enable the transition to low emissions vehicles within WSC’s fleet which is key in working towards its net zero carbon emissions goal by 2030• To build a good working relationship with a charge point supplier and operator (CPO) over the next 15 years • To provide chargers that are accessible to all users in terms of space for wheelchairs, height of units, managing cables, and screen and information readabilityThere are two lots, Lot 1 is for our private depot sites, Lot 2 is for public charging. We would encourage CPOs to enter submissions for both lots. Please complete one form for both lots.Funding for private depot sites (Lot 1) will be through the workplace charging scheme and internal funds. Funding for public sites (Lot 2) must be provided by the CPO. ORCS/LEVI funding or similar can be used by CPOs, however, they should not rely on applications to these funds being accepted and must commit to funding all sites specified within this schedule. Where funding applications are made, the CPO must lead on the administration of these bids. This contract is for specified sites, however, additional sites may be added at the council’s discretion and with joint agreement of the CPO (either fully funded or not) up to a value of 50% of the estimated total contract value (£2.2m). i.e. maximum total contract value under this procurement will be capped for £3.3m for the duration of the contract.The winning supplier does not have exclusive rights to install infrastructure on future sites/ projects in West Suffolk.
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
Start:
23/01/2023
End:
22/01/2038
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
II.2.14) Additional information
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:
As stated in the procurement documents
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.1.8) 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:
23/12/2022
Local time: 15:00
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
Tender must be valid until:
31/03/2023
IV.2.7) Conditions for opening of tenders
Date:
23/12/2022
Local time: 15:00
Place:
Electronic Tender Opening in our Procurement portal.
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
West Suffolk Council
West Suffolk House, Western Way
Bury St Edmunds
IP33 3YU
UK
Telephone: +44 1284757310
E-mail: zia.quader@westsuffolk.gov.uk
Internet address(es)
URL: https://www.westsuffolk.gov.uk/
VI.4.2) Body responsible for mediation procedures
West Suffolk Council
West Suffolk House, Western Way
Bury St Edmunds
IP33 3YU
UK
Telephone: +44 1284757310
E-mail: zia.quader@westsuffolk.gov.uk
Internet address(es)
URL: https://www.westsuffolk.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
23/11/2022