Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cyngor Sir Ceredigion County Council
Canolfan Rheidol, Rhoddfa Padarn
Aberystwyth
SY23 3UE
UK
Telephone: +44 1545570881
E-mail: ymholiadau.caffael@ceredigion.gov.uk
NUTS: UKL1
Internet address(es)
Main address: http://www.ceredigion.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0491
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
This 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
NUTS 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
Criteria below:
Quality criterion: Quality
/ Weighting: 50%
Price
/ Weighting:
50%
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.2.9) 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) 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:
13/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
13/03/2025
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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=148037
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
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
10/02/2025