Cornwall Council Framework for the Supply, Installation, Operation and Maintenance of Electric Vehicle Charge Points
• Cornwall Council
Publication reference: 2021/S 000-029484
Publication date: 26 November 2021
F02: Contract notice
Section one: Contracting authoritySection I: Contracting authority
one.1) Name and addressesI.1) Name and addresses
Cornwall Council
County Hall, Treyew Road
Truro
TR1 3AY
Contact
Mr Simon Mols
Email
Country
United Kingdom
If you want help with winning this tender, then take a look at our Tender Writers page.
NUTS code
UKK3 – Cornwall and Isles of Scilly
Internet address(es)
Main address
http://www.cornwall.gov.uk
one.3) CommunicationI.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=000c1934-b1e0-eb11-810d-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=000c1934-b1e0-eb11-810d-005056b64545
one.4) Type of the contracting authorityI.4) Type of the contracting authority
Regional or local authority
one.5) Main activityI.5) Main activity
General public services
Section two: ObjectSection II: Object
two.1) Scope of the procurementII.1) Scope of the procurement
two.1.1) TitleII.1.1) Title
Cornwall Council Framework for the Supply, Installation, Operation and Maintenance of Electric Vehicle Charge Points
Reference number
DN555639
two.1.2) Main CPV codeII.1.2) Main CPV code
• 51110000 – Installation services of electrical equipment
two.1.3) Type of contractII.1.3) Type of contract
Services
two.1.4) Short descriptionII.1.4) Short description
Cornwall Council is seeking to procure an Electric Vehicle (EV) charge point solution Supplier to provide a fully managed service under a 4-year EV infrastructure framework with a £30,000,000 ceiling. The single supplier Framework will cover the supply and installation of chargers, as well as the operation and maintenance of installed charge points via 10-year (plus 5-year optional extension) call off contracts. It will also provide an option for the Single supplier to self-fund or co-fund charge points on Cornwall Council land.
To tender: (a) Go to www.supplyingthesouthwest.org.uk, (b) Register (c) Search for tender
opportunity ref: DN555639 d) Express an interest (e) Access and download the tender from the
website.
All information requests or tender clarification queries must be raised using the Due North Messaging system accessed via www.supplyingthesouthwest.org.uk.
two.1.5) Estimated total valueII.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lotsII.1.6) Information about lots
This contract is divided into lots: No
two.2) DescriptionII.2) Description
two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s)
• 30163000 – Charge cards
• 31158000 – Chargers
• 31681500 – Rechargers
• 34000000 – Transport equipment and auxiliary products to transportation
• 42992000 – Special-purpose electrical goods
• 50324100 – System maintenance services
• 51100000 – Installation services of electrical and mechanical equipment
• 63712600 – Vehicle refuelling services
• 71241000 – Feasibility study, advisory service, analysis
• 71242000 – Project and design preparation, estimation of costs
• 71243000 – Draft plans (systems and integration)
• 71244000 – Calculation of costs, monitoring of costs
• 71245000 – Approval plans, working drawings and specifications
• 71248000 – Supervision of project and documentation
• 71600000 – Technical testing, analysis and consultancy services
two.2.3) Place of performanceII.2.3) Place of performance
NUTS codes
• UKK3 – Cornwall and Isles of Scilly
two.2.4) Description of the procurementII.2.4) Description of the procurement
The Council are seeking to procure this framework agreement via an Open Tender Procedure and in accordance with the Public Contract Regulations 2015.
The Framework will provide the opportunity for the Single successful Supplier:
1. To supply, install, operate and maintain EV charge points for Cornwall Council.
2. To self-fund, build, own and operate charge points on Cornwall Council land.
3. (As an option) to operate and maintain the Council’s legacy charge points.
The Framework will allow Cornwall Council to appoint the supplier to manage charge points on the Council’s behalf through 10-year (plus 5-year optional extension) Operation and Maintenance contracts, which the Council will enter into as required.
The Council expects to contract with the supplier to supply and install at least 150 European Regional Development Fund (ERDF) grant-funded charge points during the 2022-23 financial year, at the value of £2,874,500 inclusive of a 10-year operation and maintenance concession.
The Council expects most of the ERDF charge points to be deployed in Council-owned public car parks. The specific charge point locations will be identified by Cornwall Council working with the supplier based on likely customer demand/profitability, availability of electrical supply, cost of installation, connectivity, location suitability and strategic requirement.
Further Grant and/or Council-funded Charge Point Solution Call-offs for both public and fleet/workplace charge point installs are being considered. However, no further detail on the scale and/or nature of prospective call-offs are available at this time.
The Council will be seeking a supplier willing to make a financial commitment to invest in self-funding commercially viable charge points either on Cornwall Council land and/or in on-street locations. The scale of the proposed investment and the level of alignment with the Council’s strategic priorities will be a consideration when awarding the Contract.
Full detail is stated in the procurement documents.
two.2.5) Award criteriaII.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variantsII.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about optionsII.2.11) Information about options
Options: Yes
Description of options
The specification found in the procurement documents sets out two options; bidders may choose to submit a tender for either option.
Option 1 – Cornwall Council’s Mandatory Requirements
Under Option 1, the bidder will tender to:
1. Supply, install, operate and maintain grant funded and/or Cornwall Council funded charge points as specified in Task Orders issued as required by the Council.
2. Self-fund additional charge points to be installed on Council-owned land and/or on-street locations by mutual agreement of the bidder and the Council.
Option 2 – Cornwall Council’s Mandatory and Desirable Requirements
Under Option 2, the bidder will tender to:
1. Supply, install, operate and maintain grant funded and/or Cornwall Council funded charge points as specified in Task Orders issued as required by the Council (Mandatory).
2. Self-fund, or co-fund with Cornwall Council, additional charge points to be installed on Council-owned land and/or on-street locations by mutual agreement of the bidder and the Council (Mandatory).
3. Operate and maintain Cornwall Council’s legacy public and workplace charge points by mutual agreement of the Council and the bidder (Desirable).
Whilst the Council will consider tender submissions for Option 1 (Mandatory Requirements only), the ability for bidders to deliver the full scope via an Option 2 submission is considered desirable. In accordance with the quality award criteria outlined in the procurement documents, Option 2 submissions will have the potential to a achieve a higher score in the quality assessment.
Further information is available in the procurement documents.
two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
DRIVE EV2 project number: 05R17P01865
Section four. ProcedureSection IV. Procedure
four.1) DescriptionIV.1) Description
four.1.1) Type of procedureIV.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative informationIV.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate
Date
5 January 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders
Date
5 January 2022
Local time
3:00pm
Section six. Complementary informationSection VI. Complementary information
six.1) Information about recurrenceVI.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for reviewVI.4) Procedures for review
six.4.1) Review bodyVI.4.1) Review body
Cornwall Council
Truro
Country
United Kingdom