Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Gloucestershire EV Charging Infrastructure Services (GEVIS) - LEVI

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04e21d
Published by:
Gloucestershire County Council
Authority ID:
AA20459
Publication date:
12 March 2025
Deadline date:
21 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Gloucestershire County Council (GCC) is seeking to award a concession contract to a competent organisation for the provision of Electric Vehicle Charging Point (EVCP) services across the County, including hardware equipment and installation, software, and associated operation, maintenance and management services, to support the implementation of a county-wide Electric Vehicle (EV) charging network providing equity of provision mainly to residents, while also supporting business and visitors.

The contract will operate for 15 years with the option to extend by 1 year, subject to the contract's terms and conditions in relation to performance and termination events.

GCC has secured £2.175M of funding under the UK Government's Local Electric Vehicle Infrastructure (LEVI) programme for GCC's LEVI Phase 2 concession contract and is also prepared to invest £0.350M of GCC capital, a total of £2.525M. GCC's tender requirements will evaluate proposals from potential concessionaires for optimising additional investment into maximising the on-street EVCP in Gloucestershire, to meet and exceed the density requirements set out in the ITT.

The EVCP funded by LEVI's Phase 2 funding will foremost be for on-street residential use. LEVI funds are supported and administered by the UK Government's Office for Zero Emission Vehicles (OZEV). The award of the concession contract and funding disbursement thereunder must satisfy OZEV funding requirements and the concession contract conditions. As well as on-street charging (on the public highway), GCC may require EVCP installation and service provision on land occupied by GCC or, further to the concession contract terms, GCC Cluster Member organisations (as described below).

GCC have an existing revenue generating charging network of On-street Residential Chargepoint Scheme (ORCS) and LEVI Phase 1 chargepoints. GCC require the successful contractor to discuss the adoption of existing assets in line with the relevant terms of the concession contract, that would be subject to mutual commercial agreement between the successful concessionaire and GCC.

The successful concessionaire must provide end-to-end EVCP installation and operational services including, but not limited to, design, planning, pre-installation and civil engineering works, the provision of hardware, software, energy supply, customer payments and interfaces and all associated maintenance and operational activity. The concessionaire must be capable of delivery of all elements and have fully controlled contract management of its supply chain.

GCC will be the contracting authority that enters into the concession contract with the successful concessionaire. The concession contract is expressed to allow the provision of EVCP services in relation to sites owned or occupied by GCC or Cluster members, or where GCC or a Cluster member permits the use of a site by another organisation in the exercise of one of its functions or permitted activities, or has transferred a site further to a community asset transfer or community right to bid policy or process.

GCC and any Cluster members as described below in the Description of Procurement, may bring additional opportunities that fall outside of the LEVI funded arrangements during the contract period.

GCC's estimated total value of the concession over its maximum possible term takes account of the following factors and opportunities :

• The investment and funding provided by GCC and LEVI funding, described above

• Funding expected to be contributed by the concessionaire (the level of this funding will be an element of tenders invited by GCC further to, and evaluated in accordance with, the procurement documents)

• The potential adoption of existing EVCP infrastructure described above

• Certain assumptions about take-up and use of EVCPs, detailed in the procurement documents

• Maximal adoption of the concession contract by Glo

Full notice text

Concession notice

Section I: Contracting authority/entity

I.1) Name and addresses

Gloucestershire County Council

Shire Hall

GLOUCESTER

GL12TG

UK

E-mail: strategicprocurementteam@gloucestershire.gov.uk

NUTS: UKK13

Internet address(es)

Main address: https://www.gloucestershire.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.supplyingthesouthwest.org.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.supplyingthesouthwest.org.uk/


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

Gloucestershire EV Charging Infrastructure Services (GEVIS) - LEVI

Reference number: DN749307

II.1.2) Main CPV code

71314000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Gloucestershire County Council (GCC) is seeking to award a concession contract to a competent organisation for the provision of Electric Vehicle Charging Point (EVCP) services across the County, including hardware equipment and installation, software, and associated operation, maintenance and management services, to support the implementation of a county-wide Electric Vehicle (EV) charging network providing equity of provision mainly to residents, while also supporting business and visitors.

The contract will operate for 15 years with the option to extend by 1 year, subject to the contract's terms and conditions in relation to performance and termination events.

GCC has secured £2.175M of funding under the UK Government's Local Electric Vehicle Infrastructure (LEVI) programme for GCC's LEVI Phase 2 concession contract and is also prepared to invest £0.350M of GCC capital, a total of £2.525M. GCC's tender requirements will evaluate proposals from potential concessionaires for optimising additional investment into maximising the on-street EVCP in Gloucestershire, to meet and exceed the density requirements set out in the ITT.

The EVCP funded by LEVI's Phase 2 funding will foremost be for on-street residential use. LEVI funds are supported and administered by the UK Government's Office for Zero Emission Vehicles (OZEV). The award of the concession contract and funding disbursement thereunder must satisfy OZEV funding requirements and the concession contract conditions. As well as on-street charging (on the public highway), GCC may require EVCP installation and service provision on land occupied by GCC or, further to the concession contract terms, GCC Cluster Member organisations (as described below).

GCC have an existing revenue generating charging network of On-street Residential Chargepoint Scheme (ORCS) and LEVI Phase 1 chargepoints. GCC require the successful contractor to discuss the adoption of existing assets in line with the relevant terms of the concession contract, that would be subject to mutual commercial agreement between the successful concessionaire and GCC.

The successful concessionaire must provide end-to-end EVCP installation and operational services including, but not limited to, design, planning, pre-installation and civil engineering works, the provision of hardware, software, energy supply, customer payments and interfaces and all associated maintenance and operational activity. The concessionaire must be capable of delivery of all elements and have fully controlled contract management of its supply chain.

GCC will be the contracting authority that enters into the concession contract with the successful concessionaire. The concession contract is expressed to allow the provision of EVCP services in relation to sites owned or occupied by GCC or Cluster members, or where GCC or a Cluster member permits the use of a site by another organisation in the exercise of one of its functions or permitted activities, or has transferred a site further to a community asset transfer or community right to bid policy or process.

GCC and any Cluster members as described below in the Description of Procurement, may bring additional opportunities that fall outside of the LEVI funded arrangements during the contract period.

GCC's estimated total value of the concession over its maximum possible term takes account of the following factors and opportunities :

• The investment and funding provided by GCC and LEVI funding, described above

• Funding expected to be contributed by the concessionaire (the level of this funding will be an element of tenders invited by GCC further to, and evaluated in accordance with, the procurement documents)

• The potential adoption of existing EVCP infrastructure described above

• Certain assumptions about take-up and use of EVCPs, detailed in the procurement documents

• Maximal adoption of the concession contract by Gloucestershire Cluster members as described above.

II.1.5) Estimated total value

Value excluding VAT: 161 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34144900

45220000

45310000

48000000

51110000

72260000

II.2.3) Place of performance

NUTS code:

UKK13

II.2.4) Description of the procurement

The Council will use a competitive procedure to evaluate bidders' proposals to ensure the solution procured meets the needs of Gloucestershire. The Council will carry out this competitive process in accordance with the Concession Contracts Regulations 2016. The process will have a selection and a tender stage: respondents to this notice will be invited to complete a Selection Questionnaire (SQ); bidders selected further to evaluation of SQ responses, will be issued with an Invitation to Tender and invited to submit a tender response, which will be evaluated by GCC on the basis set out in the procurement documents.

An award of a concession contract will be made on the basis of the criteria stated in the procurement documents.

Subject to compliance with the Concession Contracts Regulations and as set out in the procurement documents, GCC will reply to requests for clarification in respect of any aspect of the procurement.

The full details of the procurement procedure are set out in the procurement documents found on the Councils e-tendering portal https://www.supplyingthesouthwest.orq.uk/ using project reference DN749307 to view the opportunity and register your interest.

GCC Cluster members are contracting authorities delivering services or exercising functions into Gloucestershire including:

• District councils (Cheltenham Borough Council, Cotswold District Council, Forest of Dean District Council, Tewkesbury Borough Council, Gloucester City Council, Stroud District Council)

• parish councils

• all maintained schools

• any NHS body (as defined in the National Health Service Act 2006)

• any police and crime commissioner, or fire and rescue authority

• any provider of social care services

• any registered provider of social housing or housing action trust

• any organisation owned or controlled by one or more GCC Cluster members

• any joint board, combination or other entity comprised of any of the above bodies or succeeding them or assuming any of their functions, and

• where GCC or a Cluster member permits the use of a site by another organisation in the exercise of one of its functions or permitted activities, or has transferred a site further to a community asset transfer or community right to bid policy or process.

UK Government is currently consulting on further devolution proposals which may result in the creation of a unitary or strategic authority which may include Gloucestershire County Council and how its current functions are exercised. If a new organisation is created, this concession contract would be transferred to and managed by such an authority.

II.2.6) Estimated value

Value excluding VAT: 161 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 192

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Further details are given in the Selection Questionnaire (SQ) and Selection Questionnaire (SQ) Tenderer Explanatory Document available on the Councils e-tendering portal https://www.supplyingthesouthwest.orq.uk/ using project reference DN749307 to view the opportunity and register your interest.

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

III.2.2) Contract performance conditions

Further details are given in the procurement documents available on the Councils e-tendering portal https://www.supplyingthesouthwest.orq.uk/ using project reference DN749307 to view the opportunity and register your interest.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/03/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Gloucestershire County Council

Gloucester

UK

VI.5) Date of dispatch of this notice

14/02/2025

Coding

Commodity categories

ID Title Parent category
34144900 Electric vehicles Special-purpose motor vehicles
45310000 Electrical installation work Building installation work
71314000 Energy and related services Consultative engineering and construction services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
48000000 Software package and information systems Computer and Related Services
72260000 Software-related services Software programming and consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
strategicprocurementteam@gloucestershire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.