ELECTRIC VEHICLE CHARGING INFRASTRUCTURE

Award

Description

The Association of North East Council Trading as the North East Procurement Organisation (NEPO) is seeking to establish a multi-supplier framework agreement for the installation and operation of electric vehicle charging infrastructure on behalf of a public sector body under a call-off contractual arrangement.
This framework and future call-offs are relevant for the installation of electric vehicle infrastructure and units. This can be provided by the public sector body themselves, a national
Government department (such as LEVI/OZEV/Levelling Up), or via a third party intermediatory such as the North East Combined Authority.
NEPO is looking to award a procurement solution to assist the longer-term investment in the regional electric vehicle charging infrastructure (EVCI). This investment is needed to upgrade, operate, and maintain the current network and resource expansion to establish a sustainable long-term future.
The intention is to establish a multi-supplier Framework Agreement for use by NEPO Member Authorities and Associate Members.

Similar Contracts

Open

Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY

Worth Parish Council (WPC) invites tenders for the "Parking Scheme at Bowers Place, Crawley Down, West Sussex, RH10 4HY". The Parking Scheme involves the construction of eighteen parking spaces in a layby format in Bowers Place adjacent to the village green. The work is to take place within the publicly maintained highway and will be the subject of a Section 278 agreement with West Sussex County Council. It is anticipated a revised planning application will be approved by Mid Sussex District Council on Monday 1st December 2025. The Section 278 agreement application can then be submitted with a view to commencement on site being possible in late February 2026. WPC have funding for the project in place and have appointed Paul Budgen Associates LLP (t/as PBA Planning) as the Project Manager to deliver the scheme as soon as possible. Tenders should be based on the details included in the following document bundle: a.PBA Planning drawing reference WPC25-01 [Existing Site Plan and Location Plan] b.PBA Planning drawing reference WPC25-02 REV A [Section 278 Plan] c.PBA Planning drawing reference WPC25-03 REV A [Sections] d.PJC document reference PJC/6619/24-01 Rev 01 [Arboricultural impact assessment, method statement and tree protection plan] e.WSCC S278/38/17 B f.ASSET SEARCH - ALL POINTS FIBRE [39524903] g.ASSET SEARCH - SGN [39524903] h.ASSET SEARCH - UKPN [39524903] The works involve constructing eighteen parking spaces including: a.Preparing Construction Phase Plan. b.Setting up and maintaining site welfare and storage arrangements. c.Excavation of the existing verge and laying sub-base, binder course and wearing course including overlaying existing footpath with wearing course. d.Construction of utility protection points. e.Replacing section of play area fence and construction of short section of footpath to the village green. All contractors will have been deemed to have visited the site prior to finalising their tender to familiarise themselves with site constraints, access and existing conditions and account for these in their bid. You are strongly advised to meet the Project Manager to inspect the site. Site visits can be arranged via email to [email protected] or by phoning 01342 718827. Prospective contractors must comply with the Bribery Act 2010 and must not contact Worth Parish Council employees, councillors, or the Project Manager to influence or support their tender outside the prescribed procurement process. Any attempt to do so may result in disqualification from the tendering process. Any actual or perceived conflicts of interest that a contractor may have with Worth Parish Council employees, councillors, or the Project Manager, must be fully disclosed when completing Appendix C - Declaration Regarding Conflicts of Interest. Contractors will need to provide the following minimum requirements in addition to their bid price: •Fully costed schedule of works. •Completed Declaration of Non-Collusion (Appendix B). •Completed Declaration regarding Conflicts of Interest (Appendix C). •Proof of public liability insurance (at least £10m). •Latest published accounts. •Health and safety policies. Bids that are not supported with the minimum requirements above will not be eligible for evaluation or scoring. Price will not be the only determining factor in awarding the contract and the following information must be provided in support of your bid: •Evidence of technical capability. •Previous examples of similar works. •Previous examples of CDM compliance. •Project timeline and delivery plan including lead time and delivery time.

Katy Reed

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete