
Market Leads & Opportunities
United Kingdom-Aberystwyth: Ceredigion – Electric Vehicle Charging Infrastructure 2025
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 004276/S 000-2025
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Cyngor Sir Ceredigion County Council
Postal address: Canolfan Rheidol, Rhoddfa Padarn
Town: Aberystwyth
Postal code: SY23 3UE
Country: United Kingdom
Telephone: +44 1545570881
Email: ymholiadau.caffael@ceredigion.gov.uk
Internet address(es):
Main address: www.ceredigion.gov.uk
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
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: Ceredigion – Electric Vehicle Charging Infrastructure 2025
Reference number: itt_115555
II.1.2) Main CPV code: 31610000
II.1.3) Type of contract: Supplies
II.1.4) Short description
Ceredigion County Council has received funding from the Ultra Low Emission Vehicle Transport Fund (ULEVTF), for the installation of electric vehicle charging infrastructure and charge points for plug-in electric vehicles within the County.
Tenders are invited from suitably qualified parties who are able to provide the works, goods and services compliant with all current legislation.
II.1.6) Information about lots
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
09000000, 09300000, 31000000, 31158100, 31610000, 34000000, 34144900, 45000000, 50000000, 50230000, 50324100, 51000000, 51100000, 51110000, 60100000, 65000000, 71000000
II.2.3) Place of performance
Region code: UKL1
Main site or place of performance
County of Ceredigion
II.2.4) Description of the procurement:
Ceredigion County Council has received funding from the Ultra Low Emission Vehicle Transport Fund (ULEVTF), for the installation of electric vehicle charging infrastructure and charge points for plug-in electric vehicles within the County. The contract is for the supply and installation of electric vehicle charge points and servicing of those for a further 8 years from the date of installation.
The chargepoints shall have a minimum operational life of 8 years and be maintained by the Contractor in a
serviceable condition and accessible for 8 years from the date of installation. The Contractor must take on
all liability for the installation, operation, metering and electricity supply, future upgrades and maintenance
of the chargepoints, all hardware, software, back office, payment, communication (including SIM fees), and
call handling systems to the satisfaction of the Council for 8 years in accordance with the Contract.
There is a concessionary element to this contract in that the supplier shall operate and receive income from
the installed equipment in accordance with a profit share arrangement with the Council.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 132
This contract is subject to renewal: yes
Description of renewals:
The Council reserves the right to extend the maintenance period of installations up to that of the final installation, to allow for a single termination date.
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the 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: 2025-03-13 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, CY
IV.2.5) Scheduled date for start of award procedures:
2025-03-13
IV.2.7) Conditions for opening tenders
Date: 2025-03-13 Local time: 12:00
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:
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Bidders are asked to suggest Community Benefits that they will be willing and able to deliver through the delivery of the contract at no extra charge. Community Benefits suggested by the successful bidder and agreed by the Council shall be incorporated into the contract.
(WA Ref:148037)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice:2025-02-10
More Opportunties
- United Kingdom-Richmond: Lexis + Subscription
22 May 25
12-month subscription to 'Lexis+' legislation service.> > - United Kingdom-Winchester: Framework for the Supply and Installation of Residential Furniture
22 May 25
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Supply of Residential Furniture such as bedroom furniture ( i.e chest of drawers, wardrobes, bedside tables, dr> > - United Kingdom-Oldbury: Technology Hardware
22 May 25
Sandwell Metropolitan Borough Council (the Council) is a unitary, metropolitan authority located in the West Midlands. SMBC is made of 6 towns (West Bromwich, Oldbury, Tipton, Wednesbury, Smethwick, Rowley Regis). SMBC employs over 4500 people, employees> >