web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Caerphilly: Electric Vehicle Charging Infrastructure

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-013198/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Welsh Government – Commercial Delivery
Postal address: T’yr Afon, Bedwas Road
Town: Caerphilly
Postal code: CF83 8WT
Country: United Kingdom
Email: commercialprocurement.netzero@gov.wales
Internet address(es):
Main address:
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
Body governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Electric Vehicle Charging Infrastructure

Reference number: WGCD-FT-120-22
II.1.2) Main CPV code: 31158000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Design, Supply and Installation of Electric Vehicle Charging Infrastructure for the Welsh Public Sector
II.1.5) Estimated total value:
Value excluding VAT: 100000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Electric Vehicle Charge Points

Lot No:1
II.2.2) Additional CPV code(s)
31158100, 31600000, 31610000, 31680000, 31681500, 34300000, 34996300, 45213312, 45223300, 45233120, 45233270, 45233290, 45233291, 45310000, 45314300, 50324100, 51100000, 51214000, 71322500, 72267100

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Wales

II.2.4) Description of the procurement:
Lot 1 will cover the procurement of EV charge points through purchase, lease and concession. Customers can select individual services or an end-to-end service via the lot structure. All relevant mature charging types will be covered in this lot i.e., Type 1, 2, CCS 1, 2, AC and DC etc.
This lot will service:
– Cars, vans, mopeds and motorcycles
– Large vehicles e.g., HGVs and PSVs
– Personal Light EVs (PLEVs) e.g., e-scooters
– Electrically Assisted Pedal Cycles (EAPCs)
– Specialist vehicles e.g., Blue Light Vehicles
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The framework will be retendered during year 4 of the current framework period

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.2.1) Title: Advisory Services

Lot No:3
II.2.2) Additional CPV code(s)
71530000, 71311200, 71600000, 72224000, 71000000, 71240000, 71242000, 63712000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Wales

II.2.4) Description of the procurement:
Lot 3 will cover the procurement of expertise/services to support EV charging projects and initiatives including:
– Strategic partnering guidance
– Site planning and feasibility
– Energy capacity assessment and demand forecasting/research
– Grant funding support
– Specification guidance
– Power network assistance
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The framework will be retendered during year 4 of current framework period

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.2.1) Title: Emerging Charging Technologies

Lot No:2
II.2.2) Additional CPV code(s)
48000000, 32510000, 45315300, 38730000, 09331000, 72268000, 42992000, 65400000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Wales

II.2.4) Description of the procurement:
Lot 2 will cover the procurement of new, developing or collaborative technologies in the service areas listed below:
– Renewable Energy Systems
– Energy Storage Systems
– Pantograph Charging
– Megawatt Charging
– Wireless Charging
– Mobile Charging
– Bi-directional Charging and Services
This lot will also cover bi-directional charging services from back-office providers and aggregators.
This lot assumes end-to-end service provision for each service area covered.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The framework will be retendered during year 4 of current framework period

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

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

III.2.2) Contract performance conditions: Details are contained within the tender documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:33
In the case of framework agreements,provide justification for any duration exceeding 4 years:

N/A
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2024/S 000-000508
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-05-30 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, CY
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-05-30 Local time: 13:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:2027
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
(WA Ref:140507)
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:2024-04-23