Tender

BHCC JB Electric Vehicle Charge Points

BHCC CITY TRANSPORT

This public procurement record has 3 releases in its history.

TenderAmendment

07 Oct 2024 at 15:20

TenderAmendment

07 Oct 2024 at 15:19

Tender

29 Aug 2024 at 16:56

Summary of the contracting process

BHCC City Transport is inviting tenders for the supply, installation, maintenance, support, and management of Electric Vehicle Charging Infrastructure within the Brighton & Hove area, categorized under the CPV code 34144900 (Electric vehicles). This open procedure aims to implement Phase 2 of the City’s Electric Vehicle Infrastructure Programme, supported by LEVI funding from OZEV. The contract includes the installation of at least 1,650 publicly accessible on-street charge points over three years, divided into three lots: Standard, Fast, and Rapid/Ultra Rapid charge points. The tender period closes on 31st October 2024, with the contract starting on 1st April 2025 and ending on 31st March 2040. Suitable for SMEs, the contract has an estimated value of £336,000,000.

This tender presents a remarkable opportunity for businesses involved in electric vehicle infrastructure to expand their services in a well-funded, municipally supported project. Companies capable of delivering high-quality, scalable electric vehicle charging infrastructure will find suitable opportunities in any of the three lots, either individually or in combination. The Council’s inclusive approach encourages bids from BAMER organisations and those employing individuals with disabilities, showcasing its commitment to diversity. This allows businesses to not only expand their market reach but also to align with public sector objectives of inclusivity and sustainability.

How relevant is this notice?

Notice Information

Notice Title

BHCC JB Electric Vehicle Charge Points

Notice Description

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

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-381c70ce-0d96-459e-b1f7-b7d474a37913
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/275af585-6fce-40f8-8256-2350890f2677
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34144900 - Electric vehicles

Notice Value(s)

Tender Value
£336,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Oct 20241 years ago
Submission Deadline
31 Oct 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Apr 2025 - 31 Mar 2040 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
BHCC CITY TRANSPORT
Contact Name
James Breen (BHCC)
Contact Email
james.breen@brighton-hove.gov.uk
Contact Phone
+441273293593

Buyer Location

Locality
UK
Postcode
BN1 1JE
Post Town
Brighton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ21 Brighton and Hove
Delivery Location
TLJ South East (England)

Local Authority
Brighton and Hove
Electoral Ward
Regency
Westminster Constituency
Brighton Pavilion

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-381c70ce-0d96-459e-b1f7-b7d474a37913-2024-10-07T16:20:10+01:00",
    "date": "2024-10-07T16:20:10+01:00",
    "ocid": "ocds-b5fd17-381c70ce-0d96-459e-b1f7-b7d474a37913",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "IT-234-36207-BHCC - 036207",
        "title": "BHCC JB Electric Vehicle Charge Points",
        "description": "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",
        "datePublished": "2024-08-29T17:56:45+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34144900",
            "description": "Electric vehicles"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "BN1 1JE"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "BN1 1JE"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "BN1 1JE"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 10,
            "currency": "GBP"
        },
        "value": {
            "amount": 336000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-10-31T18:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2025-04-01T01:00:00+01:00",
            "endDate": "2040-03-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/275af585-6fce-40f8-8256-2350890f2677",
                "datePublished": "2024-08-29T17:56:45+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2024-10-07T16:20:10+01:00"
            },
            {
                "id": "2",
                "description": "Additional information on how to apply for this contract",
                "url": "https://www.brighton-hove.gov.uk"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-187169",
            "name": "BHCC City Transport",
            "identifier": {
                "legalName": "BHCC City Transport"
            },
            "address": {
                "streetAddress": "Bartholomew Square, Brighton",
                "locality": "UK",
                "postalCode": "BN1 1JE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "James Breen (BHCC)",
                "email": "james.breen@brighton-hove.gov.uk",
                "telephone": "+441273293593"
            },
            "details": {
                "url": "https://www.brighton-hove.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-187169",
        "name": "BHCC City Transport"
    }
}