Supply, Installation, Certification and Subsequent Operation and Maintenance of Electric Vehicle Chargers under the Shared Island Sports Club EV Charging Scheme - two lots
This procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in eligible Sports Clubs as two lots Lot 1 - Ireland; Lot 2 - Northern Ireland. The supply and associated works and services for installation and commissioning will be funded through the Department of Transport โ ZEVI and the Shared Island Fund โ Department of the Taoiseach. Pobal is designated by the Department of Transport-ZEVI as the Central Purchasing Body (CPB) for the operation of the Shared Island Sports Clubs EV Charging Scheme. The CPB intends to establish two framework agreements with suitably qualified Charge Point Operators (CPOs) for the design, build, installation, supply and commissioning of rapid-fast DC chargers at a number of locations in the Ireland and in Northern Ireland. CPOs that are awarded contracts from the framework will be required to enter two separate contractual agreements with each Sports Club. The first contract relates to the design, supply, construction, installation and commissioning of rapid/fast DC chargers at locations in Ireland and at locations in Northern Ireland. The second contract (a licence agreement) relates to the provision of an operation and maintenance service of the charge point(s) with each Sports Club on a commercially agreed basis. This contract will be for a minimum 10 year term and includes the provision of electrical power, a backend system, a facility for ad-hoc payment for charging, operation and maintenance of charge points and contract management to ensure optimum availability and interoperability to the public of the charge point operation. All interested parties must formally register an expression of interest on www.etenders.gov.ie against CFT 5411769 in order to download the documents, receive communications and ultimately submit a tender. Tender submissions must be made via the system and must be uploaded as a Zip file to protect the integrity of file names. Please note that the maximum value of the framework is โฌ21,500,000. The maximum value of initial funding is โฌ15,000,000 across both lots. The maximum value of each lot is not known at this stage. The maximum value of the framework and of the initial funding is inclusive of vat at appropriate rates.
Deadline
The time limit for receipt of tenders was 2025-05-08.
The procurement was published on 2025-04-03.
Contract notice (2025-04-03) Object Scope of the procurement
Title: Supply, Installation, Certification and Subsequent Operation and Maintenance of Electric Vehicle Chargers under the Shared Island Sports Club EV Charging Scheme - two lots
Reference number: 0348
Short description:
โThis procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in...โ
Short description
This procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in eligible Sports Clubs as two lots Lot 1 - Ireland; Lot 2 - Northern Ireland. The supply and associated works and services for installation and commissioning will be funded through the Department of Transport โ ZEVI and the Shared Island Fund โ Department of the Taoiseach. Pobal is designated by the Department of Transport-ZEVI as the Central Purchasing Body (CPB) for the operation of the Shared Island Sports Clubs EV Charging Scheme. The CPB intends to establish two framework agreements with suitably qualified Charge Point Operators (CPOs) for the design, build, installation, supply and commissioning of rapid-fast DC chargers at a number of locations in the Ireland and in Northern Ireland. CPOs that are awarded contracts from the framework will be required to enter two separate contractual agreements with each Sports Club. The first contract relates to the design, supply, construction, installation and commissioning of rapid/fast DC chargers at locations in Ireland and at locations in Northern Ireland. The second contract (a licence agreement) relates to the provision of an operation and maintenance service of the charge point(s) with each Sports Club on a commercially agreed basis. This contract will be for a minimum 10 year term and includes the provision of electrical power, a backend system, a facility for ad-hoc payment for charging, operation and maintenance of charge points and contract management to ensure optimum availability and interoperability to the public of the charge point operation. All interested parties must formally register an expression of interest on www.etenders.gov.ie against CFT 5411769 in order to download the documents, receive communications and ultimately submit a tender. Tender submissions must be made via the system and must be uploaded as a Zip file to protect the integrity of file names.
Please note that the maximum value of the framework is โฌ21,500,000. The maximum value of initial funding is โฌ15,000,000 across both lots. The maximum value of each lot is not known at this stage. The maximum value of the framework and of the initial funding is inclusive of vat at appropriate rates.
Show more
Type of contract: Supplies
Products/services: Battery chargers๐ฆ
Estimated value excluding VAT: 21 500 000 EUR ๐ฐ
Information about lots
This contract is divided into lots โ
Maximum number of lots that may be awarded to one tenderer: 2
Tenders may be submitted for maximum number of lots: 2
1๏ธโฃ
Description of the procurement:
โThis procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in...โ
Description of the procurement
This procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in eligible Sports Clubs as two lots Lot 1 - Ireland; Lot 2 - Northern Ireland. The supply and associated works and services for installation and commissioning will be funded through the Department of Transport โ ZEVI and the Shared Island Fund โ Department of the Taoiseach. Pobal is designated by the Department of Transport-ZEVI as the Central Purchasing Body (CPB) for the operation of the Shared Island Sports Clubs EV Charging Scheme. The CPB intends to establish two framework agreements with suitably qualified Charge Point Operators (CPOs) for the design, build, installation, supply and commissioning of rapid-fast DC chargers at a number of locations in the Ireland and in Northern Ireland. CPOs that are awarded contracts from the framework will be required to enter two separate contractual agreements with each Sports Club. The first contract relates to the design, supply, construction, installation and commissioning of rapid/fast DC chargers at locations in Ireland and at locations in Northern Ireland. The second contract (a licence agreement) relates to the provision of an operation and maintenance service of the charge point(s) with each Sports Club on a commercially agreed basis. This contract will be for a minimum 10 year term and includes the provision of electrical power, a backend system, a facility for ad-hoc payment for charging, operation and maintenance of charge points and contract management to ensure optimum availability and interoperability to the public of the charge point operation. All interested parties must formally register an expression of interest on www.etenders.gov.ie against CFT 5411769 in order to download the documents, receive communications and ultimately submit a tender. Tender submissions must be made via the system and must be uploaded as a Zip file to protect the integrity of file names.
Please note that the maximum value of the framework is โฌ21,500,000. The maximum value of initial funding is โฌ15,000,000 across both lots. The maximum value of each lot is not known at this stage. The maximum value of the framework and of the initial funding is inclusive of vat at appropriate rates.
2๏ธโฃ
Main site or place of performance:
โLot 2 will be performed in Northern Irelandโ Title
Lot Identification Number: LOT-0002
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-05-08 12:00:00 ๐
Conditions for opening of tenders: 2025-05-08 12:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=5411769
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator โ
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID โ 5411769
Interested parties must associate their organisation with this competition on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the โExpression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission.
(1) When finalising your tender submission please upload your final response as a ZIP file as individual documents may lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not necessarily imply you have successfully submitted your response.
(2) There is a maximum upload limit of 250MB per file and 500MB per tender submission.
(3) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline.
(4) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 โ 17:00 hours).
(5) Tenders submitted by any other means (including but not limited to email, post, messaging system on etenders or hand delivery) will not be accepted.
(6) All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
(7) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response
(8) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities.
(9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
(10) Where applicable, please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
(11) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
Show more Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Review procedure
Precise information on deadline(s) for review procedures:
โIn line with S.I. 130/2010.โ Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2025/S 068-224139 (2025-04-03)
Contract notice (2025-04-14) Object Scope of the procurement
Title: Supply, Installation, Certification and Subsequent Operation and Maintenance of Electric Vehicle Chargers under the Shared Island Sports Club EV Charging Scheme - two lots.
Short description:
โThis procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in...โ
Short description
This procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in eligible Sports Clubs as two lots Lot 1 - Ireland; Lot 2 - Northern Ireland. The supply and associated works and services for installation and commissioning will be funded through the Department of Transport โ ZEVI and the Shared Island Fund โ Department of the Taoiseach. Pobal is designated by the Department of Transport-ZEVI as the Central Purchasing Body (CPB) for the operation of the Shared Island Sports Clubs EV Charging Scheme. The CPB intends to establish two framework agreements with suitably qualified Charge Point Operators (CPOs) for the design, build, installation, supply and commissioning of rapid-fast DC chargers at a number of locations in the Ireland and in Northern Ireland. CPOs that are awarded contracts from the framework will be required to enter two separate contractual agreements with each Sports Club. The first contract relates to the design, supply, construction, installation and commissioning of rapid/fast DC chargers at locations in Ireland and at locations in Northern Ireland. The second contract (a licence agreement) relates to the provision of an operation and maintenance service of the charge point(s) with each Sports Club on a commercially agreed basis. This contract will be for a minimum 10 year term and includes the provision of electrical power, a backend system, a facility for ad-hoc payment for charging, operation and maintenance of charge points and contract management to ensure optimum availability and interoperability to the public of the charge point operation. All interested parties must formally register an expression of interest on www.etenders.gov.ie against CFT 5411769 in order to download the documents, receive communications and ultimately submit a tender. Tender submissions must be made via the system and must be uploaded as a Zip file to protect the integrity of file names. PLEASE NOTE THAT THE MAXIMUM VALUE OF THE FRAMEWORK IS โฌ21,500,000. THE MAXIMUM VALUE OF INITIAL FUNDING IS โฌ15,000,000 ACROSS BOTH LOTS. THE MAXIMUM VALUE OF EACH LOT IS NOT KNOWN AT THIS STAGE. THE MAXIMUM VALUE OF THE FRAMEWORK AND OF THE INITIAL FUNDING IS INCLUSIVE OF VAT AT APPROPRIATE RATES.
Show more
Estimated value excluding VAT: 21 500 000 EUR ๐ฐ
Information about lots
Tenders may be submitted for all lots โ Description
Description of the procurement:
โThis procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in...โ
Description of the procurement
This procurement is for the design, supply, installation, commissioning, operation and maintenance of public EV charging units which will be installed in eligible Sports Clubs as two lots Lot 1 - Ireland; Lot 2 - Northern Ireland. The supply and associated works and services for installation and commissioning will be funded through the Department of Transport โ ZEVI and the Shared Island Fund โ Department of the Taoiseach. Pobal is designated by the Department of Transport-ZEVI as the Central Purchasing Body (CPB) for the operation of the Shared Island Sports Clubs EV Charging Scheme. The CPB intends to establish two framework agreements with suitably qualified Charge Point Operators (CPOs) for the design, build, installation, supply and commissioning of rapid-fast DC chargers at a number of locations in the Ireland and in Northern Ireland. CPOs that are awarded contracts from the framework will be required to enter two separate contractual agreements with each Sports Club. The first contract relates to the design, supply, construction, installation and commissioning of rapid/fast DC chargers at locations in Ireland and at locations in Northern Ireland. The second contract (a licence agreement) relates to the provision of an operation and maintenance service of the charge point(s) with each Sports Club on a commercially agreed basis. This contract will be for a minimum 10 year term and includes the provision of electrical power, a backend system, a facility for ad-hoc payment for charging, operation and maintenance of charge points and contract management to ensure optimum availability and interoperability to the public of the charge point operation. All interested parties must formally register an expression of interest on www.etenders.gov.ie against CFT 5411769 in order to download the documents, receive communications and ultimately submit a tender. Tender submissions must be made via the system and must be uploaded as a Zip file to protect the integrity of file names. PLEASE NOTE THAT THE MAXIMUM VALUE OF THE FRAMEWORK IS โฌ21,500,000. THE MAXIMUM VALUE OF INITIAL FUNDING IS โฌ15,000,000 ACROSS BOTH LOTS. THE MAXIMUM VALUE OF EACH LOT IS NOT KNOWN AT THIS STAGE. THE MAXIMUM VALUE OF THE FRAMEWORK AND OF THE INITIAL FUNDING IS INCLUSIVE OF VAT AT APPROPRIATE RATES.
Procedure Administrative information
Time limit for receipt of tenders or requests to participate: 2025-05-12 12:00:00 ๐
Conditions for opening of tenders: 2025-05-12 12:30:00 ๐
Changes Other additional information
โPlease note that the closing date for tender submissions has been been extended until 12th May 2025 at12.00 noon Irish time. The closing date for...โ
Please note that the closing date for tender submissions has been been extended until 12th May 2025 at12.00 noon Irish time. The closing date for submitting clarifications has been extended until 28 April 2025 at 12.00 noon Irish time.
Show more
Source: OJS 2025/S 074-244002 (2025-04-14)