-
Contract Timeline
- Publication Date
-
7th October 2024 15:20:10 PM
- TenderAmendment Deadline
-
31st October 2024 18:00:00 PM Expired
-
Contract Summary
The Council is sharing this Invitation to Tender to obtain professional, properly defined and priced propositions for the supply, installation, maintenance, support and management of Electric Vehicle Charging Infrastructure within the Brighton & Hove area. The Council's Phase 2 Electric Vehicle Infrastructure Programme is supported with LEVI funding from OZEV to maximise the number of publicly accessible Chargepoints that the Concessionaire(s) can install on-street across the City. The Council's strategic objective is for residents with no off-street parking to be within a short walk from a Chargepoint and it is our aim to install Chargepoints in every residential street throughout the City. The Council is looking for a Concessionaire(s) to set up and fund Phase 2 of the Council's Electric Vehicle Charging Infrastructure Programme, which will run alongside the current service operated by Blink Charging Ltd. The Programme will see a minimum of 1,650 publicly accessible on-street Electric Vehicle Chargepoints installed across the City of Brighton and Hove over the next 3 (three) years. These Chargepoints will be of varying types, offering Customers the ability to charge their vehicles at varying speeds depending on their needs. The Concessionaire will be required to evidence in their tender submission how their solution meets the Council's overall strategic objective, provides value for money by maximising use of the LEVI subsidy and gives Customers the best charging offer in the local area. In order to facilitate this the Council has decided to award a Concession Contract in the form of 3 (three) separate lots. o Lot 1: Standard Electric Vehicle Chargepoints Network o Lot 2: Fast Electric Vehicle Chargepoints Network o Lot 3: Rapid and Ultra Rapid Electric Vehicle Chargepoints Network For each lot, the Council is seeking 1 (one) Concessionaire to provide a non-exclusive fully managed solution for an electric vehicle charging network within the city of Brighton and Hove to be used by residents, workers and visitors. This must include the supply, installation, maintenance, support and management of the equipment supplied under the Concession Contract for each lot. Tenders may be submitted for 1 (one) single lot or any combination of 2 (two) lots. Bidders are invited to submit their propositions (tender returns) only after carefully reading this document and assessing their suitability for this tender. The Council is a fully inclusive organisation and we welcome bids from BAMER organisations, and organisations staffing people with disabilities. This document provides information regarding how the procurement process will be managed, the selection criteria that will be used in the Council's evaluation of tender returns and sets out the tender's requirements. Detailed information on the service required are provided in 'Schedule 1 - Service Specification' and Schedule 2 - Contract Terms and Conditions, Schedul... Additional information: Is a Recurrent Procurement Type? : Yes
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-381c70ce-0d96-459e-b1f7-b7d474a37913
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
34144900
- CPV Division(s)
-
34 - Transport equipment and auxiliary products to transportation
-
Awarding Authority
- Buyer Name
-
James Breen (BHCC)
- Buyer Email
-
james.breen@brighton-hove.gov.uk
- Buyer Phone
-
+441273293593
- Buyer Address
-
Bartholomew Square, Brighton
UK
BN1 1JE
United Kingdom
-
Contract Timeline
- Publication Date
-
7th October 2024 15:19:56 PM
- TenderAmendment Deadline
-
31st October 2024 18:00:00 PM Expired
-
Contract Summary
The Council is sharing this Invitation to Tender to obtain professional, properly defined and priced propositions for the supply, installation, maintenance, support and management of Electric Vehicle Charging Infrastructure within the Brighton & Hove area. The Council's Phase 2 Electric Vehicle Infrastructure Programme is supported with LEVI funding from OZEV to maximise the number of publicly accessible Chargepoints that the Concessionaire(s) can install on-street across the City. The Council's strategic objective is for residents with no off-street parking to be within a short walk from a Chargepoint and it is our aim to install Chargepoints in every residential street throughout the City. The Council is looking for a Concessionaire(s) to set up and fund Phase 2 of the Council's Electric Vehicle Charging Infrastructure Programme, which will run alongside the current service operated by Blink Charging Ltd. The Programme will see a minimum of 1,650 publicly accessible on-street Electric Vehicle Chargepoints installed across the City of Brighton and Hove over the next 3 (three) years. These Chargepoints will be of varying types, offering Customers the ability to charge their vehicles at varying speeds depending on their needs. The Concessionaire will be required to evidence in their tender submission how their solution meets the Council's overall strategic objective, provides value for money by maximising use of the LEVI subsidy and gives Customers the best charging offer in the local area. In order to facilitate this the Council has decided to award a Concession Contract in the form of 3 (three) separate lots. o Lot 1: Standard Electric Vehicle Chargepoints Network o Lot 2: Fast Electric Vehicle Chargepoints Network o Lot 3: Rapid and Ultra Rapid Electric Vehicle Chargepoints Network For each lot, the Council is seeking 1 (one) Concessionaire to provide a non-exclusive fully managed solution for an electric vehicle charging network within the city of Brighton and Hove to be used by residents, workers and visitors. This must include the supply, installation, maintenance, support and management of the equipment supplied under the Concession Contract for each lot. Tenders may be submitted for 1 (one) single lot or any combination of 2 (two) lots. Bidders are invited to submit their propositions (tender returns) only after carefully reading this document and assessing their suitability for this tender. The Council is a fully inclusive organisation and we welcome bids from BAMER organisations, and organisations staffing people with disabilities. This document provides information regarding how the procurement process will be managed, the selection criteria that will be used in the Council's evaluation of tender returns and sets out the tender's requirements. Detailed information on the service required are provided in 'Schedule 1 - Service Specification' and Schedule 2 - Contract Terms and Conditions, Schedul... Additional information: Is a Recurrent Procurement Type? : Yes
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-381c70ce-0d96-459e-b1f7-b7d474a37913
- Publication Source
-
Contracts Finder
- Procurement Stage
-
TenderAmendment
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
34144900
- CPV Division(s)
-
34 - Transport equipment and auxiliary products to transportation
-
Awarding Authority
- Buyer Name
-
James Breen (BHCC)
- Buyer Email
-
james.breen@brighton-hove.gov.uk
- Buyer Phone
-
+441273293593
- Buyer Address
-
Bartholomew Square, Brighton
UK
BN1 1JE
United Kingdom
-
Contract Timeline
- Publication Date
-
29th August 2024 16:56:45 PM
- Tender Deadline
-
24th October 2024 11:00:00 AM Expired
-
Contract Summary
The Council is sharing this Invitation to Tender to obtain professional, properly defined and priced propositions for the supply, installation, maintenance, support and management of Electric Vehicle Charging Infrastructure within the Brighton & Hove area. The Council's Phase 2 Electric Vehicle Infrastructure Programme is supported with LEVI funding from OZEV to maximise the number of publicly accessible Chargepoints that the Concessionaire(s) can install on-street across the City. The Council's strategic objective is for residents with no off-street parking to be within a short walk from a Chargepoint and it is our aim to install Chargepoints in every residential street throughout the City. The Council is looking for a Concessionaire(s) to set up and fund Phase 2 of the Council's Electric Vehicle Charging Infrastructure Programme, which will run alongside the current service operated by Blink Charging Ltd. The Programme will see a minimum of 1,650 publicly accessible on-street Electric Vehicle Chargepoints installed across the City of Brighton and Hove over the next 3 (three) years. These Chargepoints will be of varying types, offering Customers the ability to charge their vehicles at varying speeds depending on their needs. The Concessionaire will be required to evidence in their tender submission how their solution meets the Council's overall strategic objective, provides value for money by maximising use of the LEVI subsidy and gives Customers the best charging offer in the local area. In order to facilitate this the Council has decided to award a Concession Contract in the form of 3 (three) separate lots. o Lot 1: Standard Electric Vehicle Chargepoints Network o Lot 2: Fast Electric Vehicle Chargepoints Network o Lot 3: Rapid and Ultra Rapid Electric Vehicle Chargepoints Network For each lot, the Council is seeking 1 (one) Concessionaire to provide a non-exclusive fully managed solution for an electric vehicle charging network within the city of Brighton and Hove to be used by residents, workers and visitors. This must include the supply, installation, maintenance, support and management of the equipment supplied under the Concession Contract for each lot. Tenders may be submitted for 1 (one) single lot or any combination of 2 (two) lots. Bidders are invited to submit their propositions (tender returns) only after carefully reading this document and assessing their suitability for this tender. The Council is a fully inclusive organisation and we welcome bids from BAMER organisations, and organisations staffing people with disabilities. This document provides information regarding how the procurement process will be managed, the selection criteria that will be used in the Council's evaluation of tender returns and sets out the tender's requirements. Detailed information on the service required are provided in 'Schedule 1 - Service Specification' and Schedule 2 - Contract Terms and Conditions, Schedul... Additional information: Is a Recurrent Procurement Type? : Yes
-
Contract Details
- Open Contracting ID
-
ocds-b5fd17-381c70ce-0d96-459e-b1f7-b7d474a37913
- Publication Source
-
Contracts Finder
- Procurement Stage
-
Tender
- Procurement Method
-
Open
- Procurement Method Details
-
Open Procedure (above Threshold)
- Procurement Category
-
Services
- Tender Suitability
-
SME
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
34144900
- CPV Division(s)
-
34 - Transport equipment and auxiliary products to transportation
-
Awarding Authority
- Buyer Name
-
James Breen (BHCC)
- Buyer Email
-
james.breen@brighton-hove.gov.uk
- Buyer Phone
-
+441273293593
- Buyer Address
-
Bartholomew Square, Brighton
UK
BN1 1JE
United Kingdom