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 …

CPV: 31158100 Cargadores de baterías, 31158200 Sobrealimentadores, 31681500 Dispositivos de realimentación, 34144900 Vehículos eléctricos, 45310000 Trabajos de instalación eléctrica, 50000000 Servicios de reparación y mantenimiento, 50100000 Servicios de reparación, mantenimiento y servicios asociados de vehículos y equipo conexo, 31158300 Turbocargadores
Plazo:
8 de mayo de 2025 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Supply, Installation, Certification and Subsequent Operation and Maintenance of Electric Vehicle Chargers under the Shared Island Sports Club EV Charging Scheme - two lots
Organismo adjudicador:
Pobal
Número de premio:
0348

1. Buyer

1.1 Buyer

Official name : Pobal
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : Supply, Installation, Certification and Subsequent Operation and Maintenance of Electric Vehicle Chargers under the Shared Island Sports Club EV Charging Scheme - two lots
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 – ZEVI and the Shared Island Fund – 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 €21,500,000. The maximum value of initial funding is €15,000,000 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 identifier : 90c6e06f-5502-4bd1-9ad8-7b98a75debcf
Previous notice : 166783-2025
Internal identifier : 0348
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Tenderers can submit a tender for Lot 1, Lot 2 or for both Lots 1 and 2.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31158200 Supercharger
Additional classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 31158300 Turbocharger

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information : Lot 2 of the framework agreement will be performed in Northern Ireland

2.1.3 Value

Estimated value excluding VAT : 21 500 000 Euro
Maximum value of the framework agreement : 21 500 000 Euro

2.1.4 General information

Additional information : 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 – 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 “Expression 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 – 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.
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Supply, design, commission, installation, certification, and subsequent operation of EV chargers in Sports Clubs in Ireland
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 – ZEVI and the Shared Island Fund – 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 €21,500,000. The maximum value of initial funding is €15,000,000 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.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31158200 Supercharger
Additional classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 31158300 Turbocharger

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 21 500 000 Euro
Maximum value of the framework agreement : 21 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Application of SEAI Triple E register eligibility criteria. One of the incentives to support achievement of the target of 195,000 EV’s by the end of 2025 is to increase the publicly accessible charging infrastructure for electric cars and light duty vehicles.
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : Other Green Public Procurement criteria
Social objective promoted : Accessibility for all

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 08/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 08/05/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : In line with S.I. 130/2010.
Organisation providing offline access to the procurement documents : Pobal -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Pobal -
Organisation processing tenders : Pobal -

5.1 Lot technical ID : LOT-0002

Title : Supply, design, commission, installation, certification and subsequent operation of EV chargers in Sports Clubs in Northern Ireland
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 – ZEVI and the Shared Island Fund – 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 €21,500,000. The maximum value of initial funding is €15,000,000 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.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31158200 Supercharger
Additional classification ( cpv ): 31681500 Rechargers
Additional classification ( cpv ): 34144900 Electric vehicles
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment
Additional classification ( cpv ): 31158300 Turbocharger

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Lot 2 will be performed in Northern Ireland

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 21 500 000 Euro
Maximum value of the framework agreement : 21 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Application of SEAI Triple E register eligibility criteria. One of the incentives to support achievement of the target of 195,000 EV’s by the end of 2025 is to increase the publicly accessible charging infrastructure for electric cars and light duty vehicles.
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : Other Green Public Procurement criteria
Social objective promoted : Accessibility for all

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 08/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 08/05/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : In line with S.I. 130/2010.
Organisation providing offline access to the procurement documents : Pobal -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Pobal -
Organisation processing tenders : Pobal -

8. Organisations

8.1 ORG-0001

Official name : Pobal
Registration number : 194360
Postal address : Holbrook House, Holles Street, Dublin 2,
Town : Dublin
Postcode : D02 EY84
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +3531511700
Internet address : https://www.pobal.ie/
Buyer profile : https://www.pobal.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : a857bffc-4a68-4bab-bc78-a4f8f5be6e82 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/04/2025 17:35 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00224139-2025
OJ S issue number : 68/2025
Publication date : 07/04/2025