Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

South of Scotland Electric Vehicle Charging Delivery Partner

  • Cyhoeddwyd gyntaf: 23 Medi 2025
  • Wedi'i addasu ddiwethaf: 23 Medi 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-059ebb
Cyhoeddwyd gan:
The City of Edinburgh Council
ID Awudurdod:
AA76329
Dyddiad cyhoeddi:
23 Medi 2025
Dyddiad Cau:
24 Hydref 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

A concession contract for the operation, maintenance, and expansion of the public electric vehicle charging network across eight collaborating local authorities in the South of Scotland. The contract includes migrating existing ChargePlace Scotland assets to a new back-office system and delivering approximately 1,800 additional charge points by 2030.

Testun llawn y rhybydd

Hysbysiad consesiwn

Adran I: Awdurdod/Endid contractio

I.1) Enw a chyfeiriad

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Person cyswllt: Ben Fulton

Ffôn: +44 1315296432

E-bost: ben.fulton@edinburgh.gov.uk

NUTS: UKM75

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.edinburgh.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.3) Cyfathrebu

Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

South of Scotland Electric Vehicle Charging Delivery Partner

II.1.2) Prif god CPV

65300000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

A concession contract for the operation, maintenance, and expansion of the public electric vehicle charging network across eight collaborating local authorities in the South of Scotland. The contract includes migrating existing ChargePlace Scotland assets to a new back-office system and delivering approximately 1,800 additional charge points by 2030.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

51100000

09310000

31158000

30163000

31681500

34920000

72000000

II.2.3) Man cyflawni

Cod NUTS:

UKM72

UKM73

UKM75

UKM76

UKM78

UKM91

UKM92

II.2.4) Disgrifiad o’r caffaeliad

A regional collaboration of Scottish local authorities wish to put in a place a concession contract for an electric vehicle charging network across a large geographical region. The authorities are City of Edinburgh Council (lead authority), Dumfries and Galloway Council, West Lothian Council, Midlothian Council, Scottish Borders Council, Clackmannanshire Council, Fife Council and Falkirk Council.

The concession contract will assume responsibility for the existing public charging estate. This will include migration of these assets from the Chargeplace Scotland network onto a new back office. Further to this, Electric Vehicle Infrastructure Fund (EVIF) grant funding in the region of GBP6 million has been secured from Transport Scotland to support the expansion of the network by approximately 1800 additional chargepoints by 2030. The authorities will work with the operator throughout the contract term to support further network expansion beyond the initial expansion phase which may be funded from a range of sources.

The contract will be for a single operator who can provide a mix of charging solutions and capacities across the region with an expectation the majority by number will be long dwell time AC charging.

The back office software will facilitate fleet charging.

The tender process is expected to be as follows;

Initial SPD submission to shortlist five operators.

Shortlisted operators will be invited to submit a proposal following which they will be invited to discuss and explore their proposal for the region.

Subsequently shortlisted operators will be invited to submit a full tender.

II.2.7) Hyd y contract, y cytundeb fframwaith, y system brynu ddynamig neu’r consesiwn

Hyd mewn misoedd: 240

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Tenderers are required to have minimum “general” annual turnover for the last two financial years.

Tenderers are required to have a minimum current ratio for the last two financial years.

Tenderers are required to have a minimum Dun and Bradstreet credit rating.

Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and minimum levels of insurance indicated below


Lefel(au) gofynnol y safonau sydd eu hangen:

The levels sought are;

Current Ratio 1.10

Turnover of GBP400,000

Dun & Bradstreet Credit rating of greater than 75

Where a Tenderers’ financial position is less than the acceptable value, the City of Edinburgh Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Employer’s (Compulsory) Liability Insurance – GBP10m each and every claim

Public Liability Insurance – GBP10m each and every claim

Products Liability Insurance – GBP5m each and every claim

Professional Indemnity Insurance – GBP2m in the aggregate

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

SPD Question 4C.1.2 - 1 Project Management - Refer to Tenderers Submission Document

SPD Question 4C.1.2 - 2 Migration - Refer to Tenderers Submission Document

SPD Question 4C.1.2 - 3 Design, Installation and Commissioning - Refer to Tenderers Submission Document

SPD Question 4C.1.2 - 4 Operation and Maintenance - Refer to Tenderers Submission Document

SPD Question 4C.1.2 - 5 Commercial Approach - Refer to Tenderers Submission Document

SPD Question 4C.1.2 - 6 Financing Infrastructure Delivery - Refer to Tenderers Submission Document

SPD Question 4C.4 - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the Framework Agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.

SPD Question 4C.5 - Payment of the Real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the Framework Agreement (including any agency or sub-contractor staff), at least the real Living Wage.

SPD Question 4C.7 - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).

SPD Question 4D2 - Environmental Management Measures - Tenderers are required to confirm that all electricity supplied to vehicles throughout the life of the contract is from renewable sources.


Lefel(au) gofynnol y safonau sydd eu hangen:

SPD Question 4C.4 - Inclusion of Prompt Payment Clause - Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.

SPD Question 4C.5 - Payment of the Real Living Wage - Where a Tenderer does not commit to pay any staff that at least the real Living Wage, the Council may exclude the Tenderer from the competition.

SPD Question 4C.7- Response to Climate Change Emergency - Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.

SPD Question 4D2 - Environmental Management Measures - Where Tenderers fail to confirm they do not provide exclusively renewable electricity the Council may exclude the Tenderer from the competition.

III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 24/10/2025

Amser lleol: 14:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The successful tenderer will be required to work with the City of Edinburgh Council to complete a cyber security assessment. This will include a requirement for supporting evidence/accreditations, such as ISO27001, Cyber Essentials, PEN tests, etc.

The named authorities within the South of Scotland group include the City of Edinburgh Council, Midlothian Council, West Lothian Council, Falkirk Council, Clackmannanshire Council, Fife Council, Scottish Borders Council and Dumfries and Galloway Council. The City of Edinburgh Council reserves the right to continue the procurement exercise should an individual authority wish to withdraw prior to contract award.

The Contract length is expected to be an initial term of 15 years with the possibility of an extension of up to 5 years.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29854. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits will be sought across the lifetime of this contract to be delivered across the region. Further information will be provided to short listed tenderers prior to seeking a proposal.

(SC Ref:804568)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

A tenderer that suffers loss as a result of a breach of duty under The Concession Contracts (Scotland) Regulations 2016 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Dyddiad anfon yr hysbysiad hwn

22/09/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
30163000 Cardiau taliadau Cardiau magnetig
34920000 Cyfarpar ffordd Cyfarpar a chydrannau sbâr amrywiol ar gyfer cludiant
65300000 Dosbarthu trydan a gwasanaethau cysylltiedig Cyfleustodau cyhoeddus
51100000 Gwasanaethau gosod cyfarpar trydanol a mecanyddol Gwasanaethau gosod (heblaw meddalwedd)
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
31158000 Gwefrwyr Balast ar gyfer lampau dadwefru
31681500 Gwefrwyr Ategolion trydanol
09310000 Trydan Ynni trydan, gwres, solar a niwclear

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
ben.fulton@edinburgh.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.