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

Invitation To Tender For the Supply and Installation of Electric Vehicle (EV) Chargers in West Suffolk

  • First published: 02 September 2022
  • Last modified: 02 September 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0364ff
Published by:
West Suffolk Council
Authority ID:
AA80765
Publication date:
02 September 2022
Deadline date:
07 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 (contract is 10+2+2+1)• 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. If you would like to submit bids for both lots, please complete two quotation forms. We would encourage CPOs to enter submissions for both lots.Funding for Lot 1 will be through the workplace charging scheme and internal funds. Funding for Lot 2 will be through ORCs/LEVI and contributions from CPOs.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Suffolk Council

West Suffolk House, Western Way

BURY ST EDMUNDS

IP33 3YU

UK

Telephone: +44 1284757310

E-mail: zia.quader@westsuffolk.gov.uk

NUTS: UKH14

Internet address(es)

Main address: www.suffolksourcing.uk

Address of the buyer profile: https://www.westsuffolk.gov.uk/

I.3) Communication

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

http://www.suffolksourcing.uk/


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 in West Suffolk

Reference number: WSC/13240/2022

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 in West SuffolkThis 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 1500 hours on 7 October, 2022. Please note late returns will NOT be permittedclarification questions i must be generated via the correspondence option on the website

II.1.5) Estimated total value

Value excluding VAT: 1 100 000.00  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: Lot 1 is for our private depot sites, Lot 2 is for public charging.

II.2.1) Title

Lot 1 is for our private depot sites, 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 (contract is 10+2+2+1)• 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. If you would like to submit bids for both lots, please complete two quotation forms. We would encourage CPOs to enter submissions for both lots.Funding for Lot 1 will be through the workplace charging scheme and internal funds. Funding for Lot 2 will be through ORCs/LEVI and contributions from CPOs.

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: 07/11/2022

End: 06/11/2032

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: Yes

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

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 (contract is 10+2+2+1)• 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. If you would like to submit bids for both lots, please complete two quotation forms. We would encourage CPOs to enter submissions for both lots.Funding for Lot 1 will be through the workplace charging scheme and internal funds. Funding for Lot 2 will be through ORCs/LEVI and contributions from CPOs.

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: 07/11/2022

End: 06/11/2032

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: Yes

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:

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: 07/10/2022

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 07/10/2022

Local time: 15:00

Place:

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 1284763233

E-mail: customer.services@westsuffolk.gov.uk

Internet address(es)

URL: https://www.westsuffolk.gov.uk/contact-us.cfm

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

01/09/2022

Coding

Commodity categories

ID Title Parent category
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment

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:
zia.quader@westsuffolk.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.