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

Electric Vehicle Charging Infrastructure (LEVI) and Associated Services

  • 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-04e4fe
Published by:
Worcestershire County Council
Authority ID:
AA0065
Publication date:
12 March 2025
Deadline date:
30 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
31158000 Chargers Ballasts for discharge lamps or tubes
71314000 Energy and related services Consultative engineering and construction 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:
procurement@worcesterhire.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.