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