Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 3rd Mar 2025
Reference | ocds-h6vhtk-04e913 |
Common Procurement Vocabulary | Electrical services |
Procurement Method | - |
Value | £58,000,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 3rd Mar 2025
Reference | ocds-h6vhtk-04e913 |
Common Procurement Vocabulary | Electrical services |
Procurement Method | - |
Value | £58,000,000 |
Section I: Contracting authority/entity
I.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
Contact
Lisa Sneddon
Lisa.Sneddon [at] east-ayrshire.gov.uk
Telephone
+44 1563576000
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
National registration number
on behalf of North Ayrshire Council and South Ayrshire Council
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
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
Provision of public electric vehicle charging services and supply and installation of associated electricity vehicle charging services for local authority (including fleet charging)
Reference number
PS/23/67
II.1.2) Main CPV code
- 71314100 - Electrical services
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of public electric vehicle charging services and supply and installation of associated electricity vehicle charging services for local authority (including fleet charging) for East Ayrshire Council, North Ayrshire Council and South Ayrshire Council
II.1.5) Estimated total value
Value excluding VAT: آ£58,000,000
II.1.6) Information about lots
This concession is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 34144900 - Electric vehicles
- 31158100 - Battery chargers
- 31610000 - Electrical equipment for engines and vehicles
- 31680000 - Electrical supplies and accessories
- 31681500 - Rechargers
- 34996300 - Control, safety or signalling equipment for parking facilities
- 45213312 - Car park building construction work
- 45223300 - Parking lot construction work
- 45233120 - Road construction works
- 45233270 - Parking-lot-surface painting work
- 45233291 - Installation of bollards
- 50324100 - System maintenance services
- 51100000 - Installation services of electrical and mechanical equipment
- 71322500 - Engineering-design services for traffic installations
- 72267100 - Maintenance of information technology software
- 48444100 - Billing system
- 65300000 - Electricity distribution and related services
- 65320000 - Operation of electrical installations
II.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
- UKM94 - South Ayrshire
Main site or place of performance
East Ayrshire Council, North Ayrshire Council and South Ayrshire Council. East Ayrshire Council are the lead authority.
II.2.4) Description of the procurement
The procurement of a private sector partner to adopt the Ayrshire Authorities’ Existing EVCI and expand the EV public charging network within Ayrshire through a mix of public and private funding, as well as the supply and installation of fleet/depot charging infrastructure funded the Partner Councils will be procured through a partnership between North Ayrshire, South Ayrshire, and East Ayrshire, led by East Ayrshire Council. Please see the Ayrshires Project Information Pack for further details.
II.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
II.2.6) Estimated value
Value excluding VAT: آ£58,000,000
II.2.7) Duration of the concession
Duration in months
240
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
This Procurement is following the Restricted Procedure. Its envisaged there shall be up to 5 bidders short-listed to be invited to the Stage 2 Invitation to Tender.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions, indication of information and documentation required
Please refer to the SPD documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria, indication of information and documentation required
Bidders are required to provide their General yearly turnover for the previous THREE years. The minimum turnover required per year is GBP 2.5million.In addition, The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a “Fail†and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
Risk or Credit reports from other agencies will not be considered.
It is the Tenderers responsibility to ensure that all information held by Creditsafe Business Solutions Ltd is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe Business Solutions Ltd scores are accurate by the due submission date.
Minimum level(s) of standards possibly required
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: GBP 2million (in respect of each and every claim without limit to the number of claims, for 6 years from the date of completion)
Employer's (Compulsory) Liability: GBP 10million (in respect of each and every claim, without limit to the number of claims)
Public Liability: GBP 5million (in respect of each and every claim, without limit to the number of claims)
Product Liability: GBP 5million (in the aggregate)
Other Insurance:
Type: Goods in Transit
Minimum Amount: To be determined by the Concessionaire
Type: Contract Works (Loss or Damage to Works)
Minimum Amount: Works Contract value plus 50 percent
Type: Loss or Damage to Plant, Equipment and Materials
Minimum Amount: To be determined by the Concessionaire
Type: Motor Vehicle Insurance
Minimum Amount: To be determined by the Concessionaire
Please refer to the attached Insurance Questionnaire in PCS-T for further information, this must be completed successfully.
III.1.3) Technical and professional ability
List and brief description of selection criteria, indication of information and documentation required
In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from:
-Within their organisation (bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation)
-Other consortium members (where a consortium bid is being proposed)
-Named entities upon whose capacity and capability the bidder is relying in order to meet the selection criteria
Bidders should be aware that they may be asked to confirm at the Invitation to Tender stage that there has been no material change to the skills, experience and resources available to them since submitting their SPD response.
The bidder should only provide information where the selection criteria have been specified by the public body in the relevant Contract Notice.
Question 4C.1 and 4C.1.2 Experience Examples for Works and Services are SCORED questions and are weighted as follows:
4C.1. Works Experience (30%)
4C.1.2 Services Experience (70%)
Bidders will be required to provide 2 example of Works carried out in the past five years that demonstrate that they have the relevant experience to deliver the Works as described in part II.2.4 of this Contract Notice. The Works should be of a similar value, size and scope.
Bidders will be required to provide 2 example of Services carried out in the past five years that demonstrate that they have the relevant experience to deliver the Works as described in part II.2.4 of this Contract Notice. The Works should be of a similar value, size and scope.
Bidders must provide contact details of referees for the experience example. Referees may be contacted to discuss the contract and the performance of the Contractor. Any Contractor which fails to have performed satisfactorily in the experience example may be excluded from the tender process.
4C.10 Sub-Contracting Percentage - for information only.
Minimum level(s) of standards possibly required
4C Qualifications - Bidders are required to confirm that they and/or the service provider have the following relevant educational and professional qualifications and provide:
-Qualifications for all personnel involved delivering works, including but not limited to electrical, environmental, and project management certifications.
-New Roads and Street Works Act 1991 Street Works Operative and Supervisor Qualifications
-Ability to demonstrate that your workforce includes individuals with EV-specific installation training (e.g., City & Guilds 2919-01 or equivalent).
-Professional memberships and certifications (e.g., NICEIC, CSCS, SMSTS).
Bidders are required to meet the criteria set out in PCS-T relating to Health and Safety, Quality Management and Environmental Management.
III.2) Conditions related to the concession
III.2.2) Concession performance conditions
The KPIs will be available at Stage 2 Invitation to Tender to the short-listed bidders.
III.2.3) Information about staff responsible for the performance of the concession
Obligation to indicate the names and professional qualifications of the staff assigned to performing the concession
Section IV. Procedure
IV.2) Administrative information
IV.2.2) Time limit for submission of applications or receipt of tenders
Date
11 April 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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 Restricted Procedure indicative timescales are detailed in the Ayrshire Project Information Pack - March 2025.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 28613. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community Benefits information will be available at Stage 2 Invitation to Tender to the short-listed bidders. Community Benefits are a mandatory requirement.
(SC Ref:791963)
VI.4) Procedures for review
VI.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Country
United Kingdom