Notice Information
Notice Title
CONCESSION CONTRACT FOR A STRATEGIC PARTNER TO DELIVER CHESHIRE EAST'S LOCAL ELECTRIC VEHICLE INFRASTRUCTURE (LEVI) PROJECT
Notice Description
This contract is for a strategic partnership and for the installation, maintenance, and operation of electric vehicle chargepoints across the borough utilising LEVI funding. To access this competition, please visit www.the-chest.org.uk, project ID DN751956. Further details of the Authority's requirements are contained in this Contract Notice at section II.2.4. This Contract Notice is published to advertise to organisations wishing to enter into a concession contract with the Authority for A STRATEGIC PARTNER TO DELIVER CHESHIRE EAST'S LOCAL ELECTRIC VEHICLE INFRASTRUCTURE (LEVI) PROJECT. The Authority is conducting this procurement under the Concession Contract Regulations 2016 (the "2016 Regulations"). The deadline for clarifications to be submitted to the portal is 12 noon (12:00pm) on 27th March 2025. The Authority is seeking responses to this call for competition in advance of the deadline of 12 noon (12:00 pm), on the 9th April 2025. Applicants who do not submit a response to this call for competition by 12 noon (12:00 pm), on the 9th April 2025 will not be eligible to participate in this procurement.
Lot Information
Lot 1
The contracting authority is following a process similar to an Open procurement process, under the Concession Contract Regulations 2016. The rules applicable to the procurement process are as set out in the procurement documents which are available at www.the-chest.org.uk. The chargepoints shall comply with the minimum specification set out in the LEVI Technical Schedule1. In addition to supplying and installing the chargepoints, the successful Charge Point Operator (CPO) shall be required to undertake groundworks and installation, operation and maintenance, and back-office administration, and liaison with CEC and relevant third parties. Because of the power output of the chargepoints it is expected that they will provide AC current to charging vehicles, although a range or solutions that are right for the location in which they are installed should be available and some DC charging may be required. We expect the successful supplier CPO to be able to provide a range of solutions to suit different settings in the urban environment, which could include pedestals and flush-fitting solutions. Partnerships to deliver this are acceptable/ welcomed. The available LEVI grant funding for delivery of this project is PS2,132,000. It is expected that the funding will predominantly be used to fund grid connections. The LEVI grant funding is for charging devices rated lower than 22kW. CECs preference is that most chargepoints will deliver between 7kW and 22kW from each connection. Lower ratings than this will be accepted in some circumstances but are less preferable because they will be less suited to charging during the day, but may be required at some sites, particularly on-street. Some DC chargepoints may also be acceptable subject to a business case for the recommendation. Full details of CECs requirements are set out in the procurement documents. The contract value is an estimate only based on the available LEVI funding (PS2,132,000) and potential revenue over a 15 year period. Please see the tender documents for a breakdown of the assumptions used noting that these assumptions are estimates only and the contract value may vary. The successful CPO is expected to invest its own funds in the delivery of the services which may have an impact on the value of the contract. These figures are best estimates only and may be subject to change in line with supplier investment, EV uptake and in line with future market trends, tariffs, number of locations and sockets etc. All organisations submitting a tender are expected to undertake their own due diligence when ascertaining the size of the contract and its potential value. Please note the current contract value excludes VAT. Additional information: This procurement exercise will be conducted on Cheshire East Borough Council's electronic Contract and Tender Management System at the www.the-chest.org.uk. Organisations wishing to be considered for this contract must register their expression of interest and provide additional required information and a complete tender response through the Contract and Tender Management System. If you have any technical problems with The Contract and Tender Management System please contact the help-desk on: ProcontractSuppliers@proactis.com or 0330 005 0352.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e28a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005324-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
50 - Repair and maintenance services
51 - Installation services (except software)
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
-
- CPV Codes
31158000 - Chargers
50110000 - Repair and maintenance services of motor vehicles and associated equipment
51100000 - Installation services of electrical and mechanical equipment
63712600 - Vehicle refuelling services
65400000 - Other sources of energy supplies and distribution
Notice Value(s)
- Tender Value
- £60,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Apr 202510 months ago
- Submission Deadline
- 9 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CHESHIRE EAST COUNCIL
- Contact Name
- Steve Mellor
- Contact Email
- steve.mellor@cheshireeast.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CREWE
- Postcode
- CW1 2JZ
- Post Town
- Crewe
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD62 Cheshire East
- Delivery Location
- TLD6 Cheshire
-
- Local Authority
- Cheshire East
- Electoral Ward
- Crewe Central
- Westminster Constituency
- Crewe and Nantwich
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-04e28a-2025-04-03T15:00:47+01:00",
"date": "2025-04-03T15:00:47+01:00",
"ocid": "ocds-h6vhtk-04e28a",
"description": "In order to participate, providers must register, complete and upload completed documentation and submit this via the Chest at the link provided in this notice. The project reference on The Chest is DN751956. The values given in this notice are only estimations the Council gives no guarantee or warranty or makes any representation as to the accuracy of any indicative values. Estimates have been used to calculate the contract value and the methodology behind this should be reviewed by prospective bidders when ascertaining the potential size of the contract. The Council reserves the right not to award the opportunity. In accordance with the application process of the LEVI Capital Fund, final contracts and the commercial offer from unsuccessful bids will be submitted, in their entirety and unredacted, to the Department for Transport and the LEVI Support Body for review prior to signature. The contract will be submitted for review before any legally binding commitments are made, and no such commitments shall be made until the Department for Transport confirms it has reviewed the contract. The Department for Transport may analyse information collected through this process to inform future policy development. Commercially sensitive information will not be shared beyond the Department for Transport and the LEVI Support Body. All Tenderers will be expected to meet all mandatory criteria set out in the tender documents, and any contract award and distribution of funding will be subject to the approval of OZEV.",
"initiationType": "tender",
"tender": {
"id": "DN751956",
"legalBasis": {
"id": "32014L0023",
"scheme": "CELEX"
},
"title": "CONCESSION CONTRACT FOR A STRATEGIC PARTNER TO DELIVER CHESHIRE EAST'S LOCAL ELECTRIC VEHICLE INFRASTRUCTURE (LEVI) PROJECT",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
"mainProcurementCategory": "services",
"description": "This contract is for a strategic partnership and for the installation, maintenance, and operation of electric vehicle chargepoints across the borough utilising LEVI funding. To access this competition, please visit www.the-chest.org.uk, project ID DN751956. Further details of the Authority's requirements are contained in this Contract Notice at section II.2.4. This Contract Notice is published to advertise to organisations wishing to enter into a concession contract with the Authority for A STRATEGIC PARTNER TO DELIVER CHESHIRE EAST'S LOCAL ELECTRIC VEHICLE INFRASTRUCTURE (LEVI) PROJECT. The Authority is conducting this procurement under the Concession Contract Regulations 2016 (the \"2016 Regulations\"). The deadline for clarifications to be submitted to the portal is 12 noon (12:00pm) on 27th March 2025. The Authority is seeking responses to this call for competition in advance of the deadline of 12 noon (12:00 pm), on the 9th April 2025. Applicants who do not submit a response to this call for competition by 12 noon (12:00 pm), on the 9th April 2025 will not be eligible to participate in this procurement.",
"value": {
"amount": 60000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The contracting authority is following a process similar to an Open procurement process, under the Concession Contract Regulations 2016. The rules applicable to the procurement process are as set out in the procurement documents which are available at www.the-chest.org.uk. The chargepoints shall comply with the minimum specification set out in the LEVI Technical Schedule1. In addition to supplying and installing the chargepoints, the successful Charge Point Operator (CPO) shall be required to undertake groundworks and installation, operation and maintenance, and back-office administration, and liaison with CEC and relevant third parties. Because of the power output of the chargepoints it is expected that they will provide AC current to charging vehicles, although a range or solutions that are right for the location in which they are installed should be available and some DC charging may be required. We expect the successful supplier CPO to be able to provide a range of solutions to suit different settings in the urban environment, which could include pedestals and flush-fitting solutions. Partnerships to deliver this are acceptable/ welcomed. The available LEVI grant funding for delivery of this project is PS2,132,000. It is expected that the funding will predominantly be used to fund grid connections. The LEVI grant funding is for charging devices rated lower than 22kW. CECs preference is that most chargepoints will deliver between 7kW and 22kW from each connection. Lower ratings than this will be accepted in some circumstances but are less preferable because they will be less suited to charging during the day, but may be required at some sites, particularly on-street. Some DC chargepoints may also be acceptable subject to a business case for the recommendation. Full details of CECs requirements are set out in the procurement documents. The contract value is an estimate only based on the available LEVI funding (PS2,132,000) and potential revenue over a 15 year period. Please see the tender documents for a breakdown of the assumptions used noting that these assumptions are estimates only and the contract value may vary. The successful CPO is expected to invest its own funds in the delivery of the services which may have an impact on the value of the contract. These figures are best estimates only and may be subject to change in line with supplier investment, EV uptake and in line with future market trends, tariffs, number of locations and sockets etc. All organisations submitting a tender are expected to undertake their own due diligence when ascertaining the size of the contract and its potential value. Please note the current contract value excludes VAT. Additional information: This procurement exercise will be conducted on Cheshire East Borough Council's electronic Contract and Tender Management System at the www.the-chest.org.uk. Organisations wishing to be considered for this contract must register their expression of interest and provide additional required information and a complete tender response through the Contract and Tender Management System. If you have any technical problems with The Contract and Tender Management System please contact the help-desk on: ProcontractSuppliers@proactis.com or 0330 005 0352.",
"contractPeriod": {
"durationInDays": 5400
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "50110000",
"description": "Repair and maintenance services of motor vehicles and associated equipment"
},
{
"scheme": "CPV",
"id": "63712600",
"description": "Vehicle refuelling services"
},
{
"scheme": "CPV",
"id": "65400000",
"description": "Other sources of energy supplies and distribution"
}
],
"deliveryAddresses": [
{
"region": "UKD6"
}
],
"deliveryLocation": {
"description": "Within the borough of Cheshire East"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.the-chest.org.uk",
"communication": {
"atypicalToolUrl": "http://www.the-chest.org.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As set out within the procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "As set out within the procurement documents"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"tenderPeriod": {
"endDate": "2025-04-09T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for review procedures In accordance with Regulation 47(1) (Notices of decisions to award a concession contract), Regulation 48 (Standstill Period)and Regulations 52 (Enforcement of duties through the Court) of the Concession Contracts Regulations 2016 (as amended). Cheshire East Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to review and scrutinise the award decision before the contract is entered into.",
"amendments": [
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-04-09T12:00:00+01:00"
},
"newValue": {
"date": "2025-04-22T17:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
},
{
"newValue": {
"text": "This contract is for a strategic partnership and for the installation, maintenance, and operation of electric vehicle chargepoints across the borough utilising LEVI funding. To access this competition, please visit www.the-chest.org.uk, project ID DN751956. Further details of the Authority's requirements are contained in this Contract Notice at section II.2.4. This Contract Notice is published to advertise to organisations wishing to enter into a concession contract with the Authority for A STRATEGIC PARTNER TO DELIVER CHESHIRE EAST'S LOCAL ELECTRIC VEHICLE INFRASTRUCTURE (LEVI) PROJECT. The Authority is conducting this procurement under the Concession Contract Regulations 2016 (the \"2016 Regulations\"). The Authority is seeking responses to this call for competition in advance of the deadline of 17:00 hours, on the 22nd April 2025. Applicants who do not submit a response to this call for competition by 17:00 hours, on the 22nd April 2025 will not be eligible to participate in this procurement."
},
"where": {
"section": "II.1.4"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-138147",
"name": "CHESHIRE EAST COUNCIL",
"identifier": {
"legalName": "CHESHIRE EAST COUNCIL",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Delamere House",
"locality": "Crewe",
"region": "UKD62",
"postalCode": "CW1 2JZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Steve Mellor",
"email": "steve.mellor@cheshireeast.gov.uk",
"url": "http://www.the-chest.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.cheshireeast.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4500",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-138147",
"name": "CHESHIRE EAST COUNCIL"
},
"language": "en"
}