LEVI: Delivery of a Car Park-based Electric Vehicle Infrastructure Solution in Blackpool

Open

Value

£0

Classifications

  • Electrical equipment for engines and vehicles
  • Petroleum products, fuel, electricity and other sources of energy
  • Chargers
  • Battery chargers

Tags

  • tender

Submission Deadline

2 weeks from now

Published

1 week ago

Description

Blackpool Council is a recipient of the Local Electric Vehicle Infrastructure (LEVI) fund having been allocated approximately £1.7m. The Council is seeking to appoint a single Service Provider to deliver an Electric Vehicle Infrastructure (EVI) Solution in Blackpool. The Service Provider will be responsible for the supply, installation, operation, maintenance, replacement and disposal of EVI at a number of sites across the Borough.

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Bypass the hassle of outdated portals.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

NEPO307 Liquid Fuels

NEPO are using an Open procedure for the procurement of this framework agreement The opportunity can be accessed via the NEPO eTendering system. The Framework Agreement is divided into 10 individual lots. Five of the Framework lots cover the petrol requirements of the Framework agreement, with the other five lots including the requirements of Diesel, Gasoil, Kerosene, Adblue and HVO. Eight of these lots consider a specific Sub-Region in the North East, while the final two lots consider national Framework usage. NEPO intend to award two suppliers to each lot. For Lots 1 - 7, the first supplier will be the Primary Supplier (Rank One) and the second ranked Supplier will be the Contingency Supplier (Rank Two). Orders will only be placed with the Contingency Supplier should the Primary Supplier be unable to deliver. For Lots 8 - 10, no ranking will be in place, with the highest scoring suppliers awarded. Customers will be required to conduct further competition within Lots 8, 9 and 10 in order to call off from the Framework. The opportunity can be accessed via the NEPO eTender system (Open). Suppliers wishing to be considered for this Framework Contract must register their expression of interest and submit the selection questionnaire and tender response through the Open eTendering System. If not already registered, suppliers should register on the Open eTendering System at https://www.open-uk.org/ Selection Questionnaire and Tender responses must be submitted using the link above. Selection Questionnaire and Tender responses submitted via postal or email methods will not be accepted. If you need technical assistance from the Open Support team, this can be requested via [email protected] PLEASE NOTE: Open is accessible 24/7 however, technical support is available Monday - Thursday 8:30 - 5pm and Friday 8.30 - 4.30pm For guidance on how to submit your response through Open, please visit https://www.openhub.org/training to access the available Training Guides. Additional information: The agreement will be available for use by all NEPO Members. A list of member organisations is available in the About section of the NEPO website at: www.nepo.org This agreement will also be made available to all current and future NEPO Associate Members. Current Associate Members are listed in the Associate Member section of the NEPO website at: https://www.nepo.org/associate-members/list. NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities. A complete list of permissible users is shown on the NEPO website below: http://www.nepo.org/associate-membership/permissible-users Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance. Further information can be found at: www.nepo.org

Open

Procurement for the provision, maintenance and operation of on-street Electric Vehicle (EV) Charging Infrastructure

Reading Borough Council (RBC) is inviting tenders from suitably qualified operators for the provision of a network of EV charging infrastructure. It is envisaged that this network will primarily consist of at least 1,500 standard speed on-street EV chargers that utilise the existing on-street lamp column network for power where possible. Where this network is inadequate, unsuited to the requirements of the site selection process, or otherwise inappropriate for use as EV charging infrastructure, the provision of EV chargers via new or alternative electrical supply may be required. The scope of the contract includes: - Delivery of a full solution EV charging solution from planning, project management and sourcing, to installation and commissioning, to operation and maintenance, and finally, decommissioning - Operation of the service will be on a concession basis, with the supplier taking on financial and operating risks, including financing capital costs and revenue. - Delivery of a solution that is compliant with the Open Charge Point Interface (OCPI) and Open Charge Point Protocol (OCPP). - Delivery of a solution that is compliant with PAS 1899, as far as practicable - The operator will be required to work with Distribution Network Operators to upgrade network connections. - The operator will be required to obtain and manage all necessary consents and licences. This opportunity is offered on a concession basis. This means that the operator will be responsible for all financial and operational risks of this contract, including revenue generation. RBC will be providing a limited subsidy to the preferred bidder. This subsidy is provided through the Local Electric Vehicle Infrastructure Fund (LEVI) which has been secured to support the "at-scale" adoption of EV charging infrastructure within the Borough and to encourage resident adoption of electric vehicles, particularly in areas that may not yet be commercially viable. The contract is due to commence in October 2025 and will be for an initial period of 15 years, with the option to extend for an additional period of 12 months. As this is a concession contract, the total value is based upon the anticipated level of revenue generated by the supplier. This is estimated to be in the region of £190,000,000 over the entire contract period, based upon: - £766,000 of LEVI subsidy - Estimated revenue from EV charging activities which has been calculated as an average price of £0.60 per kWh, across 1,500 on-street standard charges (averaging 5kW), utilised on average for 30% of the day, over 16 years. However it must be noted that the total value of this contract may vary considerably, according to wholesale energy prices, EV take-up, speed of charge point roll out, availability of any additional subsidy payments, any change in the number of chargepoints installed etc. The contract terms are provided within the doc... Additional information: Organisations interested in expressing an interest in this procurement should download the procurement documents which are available on the Council`s e-tendering ortal at: https://in-tendhost.co.uk/readingbc/aspx/Home and complete as instructed. The Portal is free of charge - to register please follow the supplier registration guidance which is available on the Portal. Contractors wishing to be considered for this tendering opportunity must complete the tender documents and return them electronically via the Council`s e-tendering portal. Please note: you must register your interest via the Council`s e-tendering portal if you intend to submit a tender. All communications regarding this procurement exercise will be conducted through the Council`s e-tendering portal including requests for clarifications or general enquiries. The procurement documents will be available for download up until the closing time and date for tender submissions; it is the organisation`s responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned electronically, along with supporting documents, prior to the closing time and date stipulated. Before completing the tender, Bidders should ensure that the e-mail address that has been used to register their organisation will be checked regularly, as the Council`s e-tendering system will generate automatic notifications to this e-mail address when there are updates, changes or messages sent relating to the project. Bidders should also check that their organisation`s details are correct and kept up to date. Technical questions and assistance regarding the use and operation of the Portal should be addressed to the In-Tend Help Desk - e-mail: [email protected], telephone number +44 8442728810. Is a Recurrent Procurement Type? : No

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Mr Fraser Cavill

[email protected]

+44 1253478379

Timeline active

Publish
Bid
Evaluate
Award
Complete