CP2463-23 Devon & Torbay Local Electric Vehicle Infrastructure

Complete

Value

£780,000,000

Classifications

  • Transport equipment and auxiliary products to transportation

Tags

  • tender

Submission Deadline

4 months ago

Published

7 months ago

Description

Concession contract for:

The Councils intend to work with Private Sector Partner(s) (PSP) using a concessions approach, supplemented with the LEVI Capital Funding, to deliver approximately 2000 electric vehicle chargepoints in car parks and on-street locations across Devon & Torbay.

This is a joint project between Devon County Council and Torbay Council. The Devon District authorities (East Devon District Council, Exeter City Council, Mid Devon District Council, Teignbridge District Council, South Hams District Council, Torridge District Council, and West Devon Borough Council) and Devon Parish Councils are also delivery partners contributing to the successful delivery of the project, which will include granting leases at council owned car parks.

The Lots for this procurement are split based on the type of chargepoint, as per the Specification. 

Lot 1 is for Rapids DC (50kW+)
Lot 2 is for Fast AC (22kW)
Lot 3 is for Standard AC (<8kW) Bollard Chargepoints
Lot 4 is for On-Street Lamp Column Chargepoints 

Although at the outset Torbay Council will not be awarded under every Lot, the Authority reserves the right to modify the contract to allow Torbay Council to call off at a later date by mutual agreement with the successful provider.

Additional information: 
The Authority reserves the right to create future modifications to transfer funds from one Lot to another. 

For information only THE DEVON AND TORBAY COMBINED COUNTY AUTHORITY REGULATIONS 2024 may require statutory changes to the contractual arrangements between partners.

The authority reserves the right to cancel the procurement process at any stage. The
authority does not bind itself to accept the lowest or any tender, and reserve the right not to
award a contract. The authority reserves the right to award the contract in part, or to call for
new tenders should they consider this necessary. Economic operators remain responsible for
all costs and expenses incurred by them or by any third party acting under instructions from
them in connection with their participation in this procurement, whether incurred directly by
them or their advisors or subcontractors and regardless of whether such costs arise as a
consequence direct or indirect of any amendments to documents issued by the authority at
any time, or as a consequence of the cancellation of the procurement by the authority. For
the avoidance of doubt, the authority shall have no liability whatsoever to economic
operators or their advisors or subcontractors, for any of their costs, including but not limited
to those for any discussions or communications. Any contract(s) or agreement(s) entered
into as a result of this contract notice shall be considered as a contract(s) or agreement(s)
made under English law and subject to the exclusive jurisdiction of the English courts. If an
economic operator considers that any information supplied by it during this procurement
process is commercially sensitive or confidential in nature, this should be highlighted and the
reasons for its sensitivity as well as the duration of that sensitivity specified. Economic
operators should be aware that even where they have indicated that information is
commercially sensitive, the authority may disclose it pursuant to the Freedom of Information
Act 2000 in response to a request for information where such disclosure is considered to be
in the public interest. Please note that the receipt by any of the authority of any materials
marked 'confidential' or equivalent shall not be taken to mean that the authority accepts any
duty of confidence by virtue of that marking.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 1 week ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete