Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Worcestershire County Council
County Hall, Spetchley Lane, Worcester
Worcestershire
UK
Contact person: Carol Wintle
E-mail: procurement@worcesterhire.gov.uk
NUTS: UKG12
Internet address(es)
Main address: www.worcestershire.gov.uk
Address of the buyer profile: www.worcestershire.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/worcestershire/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/worcestershire/aspx/Home
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
Electric Vehicle Charging Infrastructure (LEVI) and Associated Services
Reference number: WCC 00004704
II.1.2) Main CPV code
71314000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement is being conducted by Worcestershire County Council on behalf of the Fourth Midlands Connect EV Infrastructure Consortium to deliver the Local Electric Vehicle Infrastructure Scheme (LEVI) to accelerate the number of on-street Electric Vehicle Chargepoints across the consortium via a concession agreement. This consortium is made up of the following Commissioning bodies:• Leicestershire County Council• Rutland County Council District Council• Warwickshire County Council• Worcestershire County CouncilThe consortium approach is being used to help to support the concessionaire with long term delivery of Chargepoints allowing the ability to balance the Consortium sites to ensure that rural and less affluent areas are supported. On behalf of the Consortium, Worcestershire County Council is seeking tenders from suitably experienced and qualified entities for the provision of this EV Charging Infrastructure.
II.1.5) Estimated total value
Value excluding VAT:
235 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
To avoid monopolies a bidder may bid for both Lots but will only be awarded one Lot. The Consortium reserves the right to award a second Lot to the same bidder where the bidder is the only bidder for that Lot and where the bidder meets all the requirements as set out in this suite of ITT documents.
II.2) Description
Lot No: 1
II.2.1) Title
Standard 7kW - 22kW
II.2.2) Additional CPV code(s)
31158000
II.2.3) Place of performance
NUTS code:
UKG1
Main site or place of performance:
II.2.4) Description of the procurement
Lot 1 oversees standard (7kW AC charging) and fast (22kW AC or DC charging) Chargepoint sockets
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2025
End:
30/09/2040
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:
No
II.2.14) Additional information
Lot No: 2
II.2.1) Title
Rapid 50kW
II.2.2) Additional CPV code(s)
31158000
II.2.3) Place of performance
NUTS code:
UKG1
Main site or place of performance:
II.2.4) Description of the procurement
Lot 2 oversees rapid (≥50 kW) Chargepoint sockets
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2025
End:
30/09/2040
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:
No
II.2.14) Additional information
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:
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:
30/04/2025
Local time: 00:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
30/04/2025
Local time: 12:00
Place:
Tenders will be unlocked after the closing date and time has passed.
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
The High Court of Justice
Strand, London
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will operate a minimum 10 calendar daystandstill period at the point information on the award of the contract iscommunicated to tenderers to provide time for unsuccessful tenderers tochallenge the award decision before the contract is entered into.Unsuccessful tenderers shall be notified by the contracting authority assoon as possible after the decision is made as to the reasons why theywere unsuccessful. The Public Contracts Regulations 2015 provide thataggrieved parties who have been harmed, or are at risk of harm, by breachof the rules are to take action in the High Court (England, Wales andNorthern Ireland).
VI.5) Date of dispatch of this notice
20/02/2025