Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Yorkshire Combined Authority
8876556
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
Contact person: Darren Wood
Telephone: +44 1133481789
E-mail: darren.wood@westyorks-ca.gov.uk
NUTS: UKE4
Internet address(es)
Main address: https://www.westyorks-ca.gov.uk
Address of the buyer profile: https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103257
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80045&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80045&B=UK
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
West Yorkshire Electric Vehicle Infrastructure Framework
Reference number: 85800
II.1.2) Main CPV code
31158000
II.1.3) Type of contract
Supplies
II.1.4) Short description
This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils for the supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.
The Framework Contract will be for a five (5) year term with a total value range of up to £50m. Call off Contracts awarded under the Framework Contract will be for a term of up to 15 years with an optional extension of 1 year and will be specified in each Framework Call off Contract.
II.1.5) Estimated total value
Value excluding VAT:
50 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45200000
45310000
50200000
50324100
51110000
51214000
71240000
II.2.3) Place of performance
NUTS code:
UKE4
UK
II.2.4) Description of the procurement
This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils with supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
50 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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:
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:
Yes
II.2.14) Additional information
Call-off methods: Call-offs may be made by direct award or further competition. Full details
of the call-off methods can be found in the published tender documents.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
Justification for any framework agreement duration exceeding 4 years: This Framework is being put in place to support/complement the delivery ofstrategic project initiatives of significant importance and due to the nature of the schemesinvolved, a framework period of 5 years is required.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-033227
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/04/2024
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/04/2024
Local time: 14:00
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
The contract opportunity is advertised on behalf of and will be available for use by the
following - The Combined Authority is running this procurement process on its own behalf
and other Contracting Authorities as follows: The Borough Council of Calderdale, The
Council of the Borough of Kirklees, The Council of the City of Wakefield Metropolitan
District, City of Bradford Metropolitan District Council and Leeds City Council.
The nature of supplies, services and works procured under the established Framework will vary dependent upon each requirement and may result in a range of Call of Contract types including supplies, services, works and concession contracts.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.4.4) Service from which information about the review procedure may be obtained
West Yorkshire Combined Authority
40-50 Wellington Street
Leeds
LS1 2DE
UK
VI.5) Date of dispatch of this notice
28/03/2024