Electric Vehicle Charging Point installation, operation and maintenance

Open

Buyers

Value

£9,000,000

Classifications

  • Electric vehicles
  • Engineering works and construction works
  • Installation of street furniture
  • Electrical installation work
  • Repair, maintenance and associated services of vehicles and related equipment
  • Installation services of electrical equipment
  • Energy and related services
  • Software-related services

Tags

  • tender

Submission Deadline

2 months from now

Published

6 hours ago

Description

Lewisham Council and Royal Borough of Greenwich (the "Partnership") invite you to submit a tender for electric vehicle charging point installation, operation and maintenance. The Partnership has made a joint application and has been awarded £2,981,000 million through the LEVI scheme. The LEVI programme aims to increase the provision of Electric Vehicle charging infrastructure across the boroughs through the installation of EV infrastructure. The Services will comprise of installation, operation and maintenance of electric vehicle charge points (EVCPs). 
The main objective of this project is to install, operate and maintain new charge points across both of the Partnership's boroughs that will primarily benefit residents without off-street parking.
There are three (3) Lots for this tender which cover different areas within the Partnership.  The same specification is applicable to all three (3) Lots. The three (3) Lots are split geographically. Suppliers may submit responses for one, two, or all three Lots. Full details of the requirement and context of the procurement can be found in the Service Specification.
The Contracts will be between the successful Suppliers and the Partnership for the period of fifteen (15) years with the possibility of extensions totalling up to an additional one (1) year for a total maximum duration of sixteen (16) years. The decision to extend the term shall be at the sole discretion of the Partnership.
The Partnership will award Concession Contracts to a minimum of two (2) Suppliers and a maximum of three (3) Suppliers for this procurement exercise.
To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on 26th January 2026.
Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline.
Any questions relating to this procurement must be made via messaging function on the Portal, in accordance with the procurement documents.
Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
To access this opportunity please visit https://www.londontenders.org/

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

28-32 Flexible Procurement and Supply of Gas and/or Electricity

The Contracting Authority will establish a single, closed Framework Agreement for the flexible procurement and supply of Gas and/or Electricity, as well as Net Zero Energy related Innovation Solutions, to public sector organisations across the United Kingdom. Following comprehensive market engagement, the framework structure has been confirmed and will comprise three distinct lots: Lot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering HH, NHH, Metered and Unmetered Electricity) Lot 2: Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional Services Lot 3: Supply of Innovation Solutions relating to renewable energy and flexibility services The framework will support flexible procurement strategies, and offer two service levels to Participating Authorities. A Procurement Only Service Offering (POSO) and a Fully Managed (FM) Service. Additional services within scope include: Metering and data services (Meter Operations, Data Collection & Aggregation, AMR provision) Net zero and renewable energy solutions (including PPAs, REGO-backed supply, demand-side response) Virtual PPA facilitation and access to intraday electricity markets Small generation opportunities (Smart Export Guarantee, Feed-in Tariff) Innovation solutions for renewable energy and flexibility services The framework will provide Participating Authorities with access to competitive, flexible energy procurement that supports their net zero commitments and delivers best value. Framework Operation: Suppliers will be evaluated and ranked independently for each lot based on their tender responses. Awards will be made to a maximum of three suppliers on Lot 1 and Lot 2 respectively, and all suppliers on Lot 3 who meeti the minimum requirements of the tender.Suppliers will be ranked as either Primary or Secondary suppliers based on their evaluation scores, with Primary Suppliers being offered first opportunity for any Awards Without Competition via the framework. Call-off procedures: Participating Authorities may award call-off contracts through either: Award Without Competition to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or Award Without Competition to a Secondary Supplier where the Participating Authority has specific requirements that cannot be met by the Primary Supplier, or where other valid reasons apply; or Further-competition among all framework suppliers capable of meeting the specific requirements. Pricing determination: Prices for call-off contracts will be determined through the suppliers' framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. Supplier performance and transfer mechanisms: The Contracting Authority reserves the right to facilitate the transfer of Participating Authorities to alternative framework suppliers in circumstances including but not limited to: material supplier underperformance, supplier failure, force majeure, or where a Participating Authority's needs can only be served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term. The Contracting Authority reserves the right to remove or suspend suppliers from the framework where performance issues are not addressed satisfactorily in accordance with the dispute resolution procedures. There is no restriction on the number of lots a single supplier may be awarded, enabling the appointment of a single primary supplier across multiple lots where this represents best value and meets strategic requirements. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=989269017

Katy Reed

Published 9 hours ago
Open

External & Communal Pre Construction Services and Works to Houses Framework  CRN00039877

External & Communal Pre Construction Services and Works to Houses Framework Multiple Supplier Framework (of up to three contractors per Lot) to undertake various services and works related to improvement and planned maintenance works, by means of Pre-construction Services Call-offs and Works Call-offs. This Framework is to be split into 3no Lots as follows: LOT 1, Pre-Construction Services and External works, to low rise properties LOT 2, Pre-Construction Services and External works, to high rise properties LOT 3, Pre-Construction Services and Communal works, to low rise and high rise properties The following descriptions are indicative of the types of services and works that may be commissioned under each Lot. In addition, other similar services and works may also be commissioned. Bidders should note that the estimated value below consists of the provisional budget allocated within the capital plan for all contractors. The actual value per contractor will be expected to be a much smaller proportion following distribution of work amongst an anticipated 3no framework contractors per lot. Work and budgets per contractor will also be affected by work carried out by direct in-house resources, contingency allowances, non-access to properties, efficiency savings, and subject to regular reviews and re-allocations of priorities by the Council. The non-binding target is that each framework contractor would receive approximately: Lot1 GBP2-4Million of work turnover per year; Lot2 GBP1-2Million of work turnover per year; Lot3 GBP0.3-1Million of work turnover per year; The framework contractors will also be required to perform to the council's key performance indicator targets, and community benefits expectations (described elsewhere) Types of work that may be awarded to framework contractors, but is non-binding, is detailed below: LOT 1 Pre-Construction Services and External works, to low rise properties Repairs and/or installation of: external masonry, concrete and joinery flat and pitched roof coverings, external and cavity wall insulation, and related works Door/window/screen replacements Photo voltaic panels and/or air source heat pumps Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Utility company coordination so as to reposition and/or replace gas pipework, meters etc Any other relevant services or works LOT 2 Pre-Construction Services and External works, to high rise properties Repairs and/or installation of: external masonry, concrete and joinery flat roof coverings external and cavity wall insulation, and related works Door/window/screens Repairs and/or renewing lightning protection and roof ventilation fans Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Any other relevant services or works LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties Repairs and/or installation of: Communal door/window/screens Foyer/communal hall/stair upgrading Firestopping, smoke control ventilation Below and above ground drainage lightning protection and mechanical ventilation door entry systems and communal lighting electrical switchgear, distribution and containment fire/smoke detection fire alarms fire suppression systems Communal potable water tank replacements Communal space heating replacements Communal hot & cold water services replacements Automatic Controls for communal mechanical and electrical services Fire Panel Controls for communal fire protection Lift replacements Any other relevant services or works

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete