Contract notice

Information

Published

Expire date: 07/05/2024

External Reference: 2024-519072

FTS Reference: 2024-010438

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
8876556
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
Contact person: Darren Wood
Telephone: +44 1133481789
NUTS code:  UKE4 -  West Yorkshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80045&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

West Yorkshire Electric Vehicle Infrastructure Framework
Reference number:  85800
II.1.2)

Main CPV code

31158000  -  Chargers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils for the supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.
The Framework Contract will be for a five (5) year term with a total value range of up to £50m. Call off Contracts awarded under the Framework Contract will be for a term of up to 15 years with an optional extension of 1 year and will be specified in each Framework Call off Contract.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45310000  -  Electrical installation work
50200000  -  Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50324100  -  System maintenance services
51110000  -  Installation services of electrical equipment
51214000  -  Installation services of parking meter equipment
71240000  -  Architectural, engineering and planning services
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

This commission will establish a single lot Framework to support West Yorkshire Combined Authority and Partner Councils with supply, installation and operation of electric vehicle chargepoints (EVCP), principally for public use. This forms part of a package of works to support the emerging West Yorkshire Electric Vehicle Infrastructure Strategy. It is intended that this framework will be used to procure a variety of funded and unfunded schemes, including the CRSTS scheme and LEVI programme.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Projects funded by European Union funds (for example: ERDF, ESIF) may be be required to
procure the products, works and services as specified and contracted as a consequence of this procurement in support of the delivery of the respective project.
II.2.14)

Additional information

Call-off methods: Call-offs may be made by direct award or further competition. Full details
of the call-off methods can be found in the published tender documents.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
In the case of framework agreements, provide justification for any duration exceeding 4 years:  This Framework is being put in place to support/complement the delivery of
strategic project initiatives of significant importance and due to the nature of the schemes
involved, a framework period of 5 years is required.
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2022/S 000-033227
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/04/2024
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  30/04/2024
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The contract opportunity is advertised on behalf of and will be available for use by the
following - The Combined Authority is running this procurement process on its own behalf
and other Contracting Authorities as follows: The Borough Council of Calderdale, The
Council of the Borough of Kirklees, The Council of the City of Wakefield Metropolitan
District, City of Bradford Metropolitan District Council and Leeds City Council.
The nature of supplies, services and works procured under the established Framework will vary dependent upon each requirement and may result in a range of Call of Contract types including supplies, services, works and concession contracts.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

West Yorkshire Combined Authority
40-50 Wellington Street
Leeds
LS1 2DE
UK