Gloucestershire EV Charging Infrastructure Services (GEVIS) - LEVI

Complete

Value

£161,600,000

Classifications

  • Energy and related services
  • Electric vehicles
  • Engineering works and construction works
  • Electrical installation work
  • Software package and information systems
  • Installation services of electrical equipment
  • Software-related services

Tags

  • tender

Submission Deadline

5 months ago

Published

7 months ago

Description

Gloucestershire County Council (GCC) is seeking to award a concession contract to a competent organisation for the provision of Electric Vehicle Charging Point (EVCP) services across the County, including hardware equipment and installation, software, and associated operation, maintenance and management services, to support the implementation of a county-wide Electric Vehicle (EV) charging network providing equity of provision mainly to residents, while also supporting business and visitors.
The contract will operate for 15 years with the option to extend by 1 year, subject to the contract's terms and conditions in relation to performance and termination events.
GCC has secured £2.175M of funding under the UK Government's Local Electric Vehicle Infrastructure (LEVI) programme for GCC's LEVI Phase 2 concession contract and is also prepared to invest £0.350M of GCC capital, a total of £2.525M. GCC's tender requirements will evaluate proposals from potential concessionaires for optimising additional investment into maximising the on-street EVCP in Gloucestershire, to meet and exceed the density requirements set out in the ITT.
The EVCP funded by LEVI's Phase 2 funding will foremost be for on-street residential use. LEVI funds are supported and administered by the UK Government's Office for Zero Emission Vehicles (OZEV). The award of the concession contract and funding disbursement thereunder must satisfy OZEV funding requirements and the concession contract conditions. As well as on-street charging (on the public highway), GCC may require EVCP installation and service provision on land occupied by GCC or, further to the concession contract terms, GCC Cluster Member organisations (as described below).
GCC have an existing revenue generating charging network of On-street Residential Chargepoint Scheme (ORCS) and LEVI Phase 1 chargepoints. GCC require the successful contractor to discuss the adoption of existing assets in line with the relevant terms of the concession contract, that would be subject to mutual commercial agreement between the successful concessionaire and GCC.
The successful concessionaire must provide end-to-end EVCP installation and operational services including, but not limited to, design, planning, pre-installation and civil engineering works, the provision of hardware, software, energy supply, customer payments and interfaces and all associated maintenance and operational activity. The concessionaire must be capable of delivery of all elements and have fully controlled contract management of its supply chain.
GCC will be the contracting authority that enters into the concession contract with the successful concessionaire. The concession contract is expressed to allow the provision of EVCP services in relation to sites owned or occupied by GCC or Cluster members, or where GCC or a Cluster member permits the use of a site by another organisation in the exercise of one of its functions or permitted activities, or has transferred a site further to a community asset transfer or community right to bid policy or process. 
GCC and any Cluster members as described below in the Description of Procurement, may bring additional opportunities that fall outside of the LEVI funded arrangements during the contract period. 
GCC's estimated total value of the concession over its maximum possible term takes account of the following factors and opportunities :
•	The investment and funding provided by GCC and LEVI funding, described above
•	Funding expected to be contributed by the concessionaire (the level of this funding will be an element of tenders invited by GCC further to, and evaluated in accordance with, the procurement documents)
•	The potential adoption of existing EVCP infrastructure described above
•	Certain assumptions about take-up and use of EVCPs, detailed in the procurement documents
•	Maximal adoption of the concession contract by Gloucestershire Cluster members as described above.

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

UK Authorised Microsoft CSP Indirect Provider with Added Value Services

Cantium Business Solutions Ltd, and its trading brands (Cantium), is a Local Authority Trading Company (LATCo) delivering ICT managed services that is ultimately owned by Kent County Council (KCC) and is part of the Commercial Services Group (CSG). Cantium, and its trading brands, provides ICT Managed Services to its customers across the UK within the Education, Local Authority, and the Private sector. As a LATCo, we are proud of our Public Sector heritage, which has given us a foundation in business delivery and infrastructure insight. This uniquely enables us to drive innovation and progressive practices to deliver the best value for our clients. Cantium supports its customers by offering advice and guidance on the use of Information Technology to maximise the business benefits of current systems and support the delivery of new products and services. Cantium is looking to partner as a reseller with an Authorised UK Microsoft CSP Indirect Provider to act as the licence provider for Microsoft products for resale to its customers. This Agreement shall commence on 3rd February 2026 and shall continue in force for up to 36 months unless terminated in accordance with the partner contractual conditions or extended in accordance with clause 2.6. The buyer has the right to request up to two x 12-month extensions to this contract, providing the supplier with a minimum notice of 30 days prior to the contract end date. Therefore, the maximum possible contract length will be 60 months. Any contractual offer made will be against a zero-value agreement as any sales will be based on best value for our customers. However, the total contract value over the 60 month period is estimated at circa £7 million inclusive of VAT. All bidders are to confirm alignment with the principles of Cantium’s Supply Chain Charter. Further background and technical information can be found within the Invitation to Tender (ITT) documentation. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=980689524

Katy Reed

Published 3 hours ago
Open

Police Records Management System

You are invited to tender for the provision of a Records Management System solution and associated services to Warwickshire Police. The requirement will be tendered as a single requirement. We are following a competitive flexible procedure comprising of the following stages: Stage 1 – Participation & Tender Stage 2 – Demonstrations & BAFO Stage 3 – Contract Award This tender falls above the relevant threshold, therefore, is inside The Procurement Act 2023. The contract shall be for an initial period which includes the implementation period plus 6 year(s) licence, support & maintenance (from system go live) with an option to extend for up to a further 2 x 24 month periods. The contract dates and extension dates provided in this notice are estimated. Estimated contract value range £6.5 million to £8 million including one off implementation costs. Costs are estimated and may be subject to change depending on the type of solution and licensing terms selected. All expressions of interest should me made via the Warwickshire Police In-tend tendering portal accessible via the In-tend Bluelight Hub: https://sell2.in-tend.co.uk/blpd/home. You can view the tender details via the `Tenders` tab. However to view the procurement documents you must register/ log in. To register please go to the `Portals` section and select Warwickshire Police to get to our tender portal. If you are already registered, simply log in and go the `Tenders` section to access the tender and the documents. Link to Supplier Guide for the InTend Sell2Bluelight system https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf Any questions relating to this procurement procedure must be made via the Correspondence function on the In-tend portal.

Katy Reed

Published 9 hours ago
Open

Northwest Contractor Framework

Wirral Borough Council (the "Council") as the Contracting Authority in partnership with Procure Partnerships intends to let a Closed North West Contractor Framework (the "Framework"). The Framework will have a maximum duration of four years and may be used to award contracts for the Council's pipeline of works and will be accessible by North West Public Sector Bodies / Contracting Authorities. The Framework consists of Thirteen Lots broadly categorised as Construction Lots (Lots 1-6) / Infrastructure Lots (Lots 7-12) / Demolition Lot (Lot 13). The Council aims to appoint Ten Contractors to each Framework Lot, except for Lot 13 Demolition which will have one single contractor. Lots 1 - 12 will be accessible by Public Sector Bodies / Contracting Authorities in the North West Region UKD). Lot 13 will be accessible by Public Sector Bodies / Contracting Authorities in the Merseyside Region UKD7 only. Where there are ten suitable applicants, the highest scoring ten Contractors for each Lot will be awarded a place on that Framework Lot, and will be ranked from one to ten: the highest scoring Contractor becoming the Rank 1 Contractor, the second highest becoming the Rank 2 Contractor etc. Should a Contractor decline to accept their offered place on the Framework, then a place may be offered to the next highest scoring Contractor (i.e., who may have come eleventh). The Council will also offer one reserve place to Lot 13 Demolition. The Reserve Contractor will be the Tenderer which ranked second. The Reserve Contractor may be brought on to the Framework at any stage during its term where the Council permanently excludes or terminates the Framework Agreement with a Contractor (having won a place on the Framework) for poor performance or otherwise (e.g., insolvency) as provided for in the Framework Agreement. The Reserve Contractor may be brought onto the Framework if the Rank 1 Contractor declines an opportunity from an End User for any reason. As such, the Reserve Contractor will to be required to sign a variation of the Framework Agreement at the point in time that they are invited onto the Framework. The intended number of ten Contractors per Lot may be varied: The maximum number of Contractors awarded a place on each Lot may increase only where two or more suppliers have tied scores, and are jointly placed in the last position (tenth) in respect of each Lot. In such a case, the Contractors who are tied with the same score in the last position for each Lot shall be deemed to be one Contractor for the purpose of calculating the maximum number of Contractors for each Lot. The Council will award a Framework Agreement to additional Contractors where their final score is within 0.01 - 1.00% of the awarded last place position only. For the avoidance of doubt, last position for each lot is tenth position. Only one contractor will be awarded a place on Lot 13 Demolition. One reserve place will be allocated to Lot 13. Where two or more Contractors have tied scores and are in any position except for the last (tenth) position for each Lot, the number of Contractors will fill the positions immediately following the position that they have tied for. For example, where two Contractors are tied in the sixth position, they will occupy the sixth and seventh positions. For example; where three Contractors are tied in the sixth position, they will occupy that sixth position as well as the seventh and eighth position respectively for the purpose of calculating the maximum number of Contractors in respect of the Lot in question. If less than ten Contractors meet the selection criteria to get on each Framework Lot, the Council reserves the right to proceed to establish the Framework with less than ten Contractors on each Lot or to cancel the procurement of that Lot. Further where a Contractor's total score (based on the technical and commercial award criteria) for a Lot ranks them within the top ten Contractors but is under 50%, then on the basis that the Council does not wish to compromise on the calibre of appointed Contractors, the Council reserves the right not to offer them a place on the Framework, and to proceed to award that Lot to less than ten Contractors.

Katy Reed

Published 22 hours ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete