Tender

HCC - 06/25 - Provision of Local Electric Vehicle Charging Infrastructure

  • Hertfordshire County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-032651

Procurement identifier (OCID): ocds-h6vhtk-054969

Published 16 June 2025, 3:04pm



Scope

Reference

HCC2416389

Description

Hertfordshire County Council is currently out to procurement for the Provision of Local Electric Vehicle Charging Infrastructure

The purpose of this procurement exercise is to enable prospective Concessionaires to provide a tender laying out how they would introduce additional chargepoints in on-street, off-street and local car park locations across Hertfordshire. Utilising funding provided by the Department for Transport for the LEVI programme; this is a collaborative initiative with Hertfordshire County Council (the lead Highways authority), 10 District and Boroughs within Hertfordshire, inclusive of Parish and Town Councils.

The LEVI programme aims to increase the provision of Electric Vehicle charging infrastructure across the county through the installation of EV infrastructure primarily in areas where residents do not have access to off street parking or find it difficult to access a chargepoint. This is particularly important for subsidising areas which are likely to be less commercially attractive to suppliers.

The concessionaire(s) will be procured by Hertfordshire County Council ('the Council') on behalf of a consortium of lower tier authorities who have all committed to this programme, and have signed a Collaboration Agreement, which will be appended to the concession contract. The partnership authorities include:

Hertfordshire County Council (lead delivery authority)

• Broxbourne Borough Council

• Dacorum Borough Council

• East Hertfordshire District Council

• Hertsmere Borough Council

• North Hertfordshire District Council

• St Albans City and District Council

• Stevenage Borough Council

• Three Rivers District Council

• Welwyn Hatfield Borough Council

• Watford Borough Council

As a Tranche 1 authority Hertfordshire has received £6,015,000 of LEVI capital funding and expect that this will contribute towards our 2030 targets for electric vehicle charging provision. In line with our strategy the council is seeking service Concessionaires to increase provision of chargepoints, in the following types of locations spread across the county:

Council owned car parks for both local and destination charging (there are 26,000 parking spaces and 400 available car parks across the county). For the LEVI fund the carparks in scope would need to be in proximity (roughly 5-min walk) to residential areas and be appropriate for overnight charging.

Off-street locations in the form of hubs on other public-owned land

On-street - including standalone bollards, hubs, lamp columns.

The county has been split into three lots by geographical area. The purpose of this lotting is to provide consumers with options for different CPOs across the county, encourage competition and competitive tariffs and mitigate any risk of a monopoly across the county.

Assigning lots as shown below, enables CPOs to provide charging infrastructure in urban and rural locations at a district level with each provider for the 3 lots being assigned a 'section' of the County.

Lot Title

1 St Albans, Welwyn Hatfield, North Herts

2 Three Rivers, Watford, Hertsmere, Dacorum

3 Stevenage, Broxbourne, East Herts

Tenderers may bid for one Lot, two lots, or all three Lots. The ITT Response Document applies commonly to all the relevant Lots selected apart from Bid Form 10 (Scale) which should be completed for each of the individual Lots being bid for.

To maintain competition across the county Tenderers will be awarded a maximum of one Lot.

Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots.

Full details of the requirement and context of the procurement can be found in the Service Specification which is in Schedule 1 and Schedule 2 of the Contract Document.

Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system.

To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 8th August 2025

Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline.

Please ensure that where possible documents are uploaded as a PDF and that file names are succinct.

Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.

Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.

Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.

To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Total value (estimated)

  • £200,000,000 excluding VAT
  • £240,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 November 2025 to 31 October 2040
  • Possible extension to 31 October 2041
  • 16 years

Description of possible extension:

The Contract is for a Core Period of fifteen (15) years with the option to extend for a further one (1) year at the sole discretion of the Council

Main procurement category

Services

CPV classifications

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 45233293 - Installation of street furniture
  • 71314000 - Energy and related services
  • 51110000 - Installation services of electrical equipment
  • 34144900 - Electric vehicles
  • 45220000 - Engineering works and construction works
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 72260000 - Software-related services

Lot constraints

Maximum number of lots a supplier can be awarded: 1


Lot LOT-0001. St Albans, Welwyn Hatfield, North Herts

Description

As per the project description for St Albans, Welwyn Hatfield, North Herts

Lot value (estimated)

  • £67,000,000 excluding VAT
  • £80,400,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0002. Three Rivers, Watford, Hertsmere, Dacorum

Description

As per the project description for Three Rivers, Watford, Hertsmere, Dacorum

Lot value (estimated)

  • £77,000,000 excluding VAT
  • £92,400,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0003. Stevenage, Broxbourne, East Herts

Description

As per the project description for Stevenage, Broxbourne, East Herts

Lot value (estimated)

  • £56,000,000 excluding VAT
  • £67,200,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Legal and financial capacity conditions of participation

Lot LOT-0001. St Albans, Welwyn Hatfield, North Herts

Lot LOT-0002. Three Rivers, Watford, Hertsmere, Dacorum

Lot LOT-0003. Stevenage, Broxbourne, East Herts

Please refer to the Instructions to Tenderers document

Technical ability conditions of participation

Lot LOT-0001. St Albans, Welwyn Hatfield, North Herts

Lot LOT-0002. Three Rivers, Watford, Hertsmere, Dacorum

Lot LOT-0003. Stevenage, Broxbourne, East Herts

Please refer to the Instructions to Tenderers document


Submission

Enquiry deadline

18 July 2025, 12:00pm

Tender submission deadline

8 August 2025, 1:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

8 October 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Simple description

Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria

Evaluation Criteria

Mandatory Requirements (Pass/Fail)

Lots - Non-scored - Bid Form 0

Preliminary...

Price

Weighting description

Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria

Evaluation Criteria

Mandatory Requirements (Pass/Fail)

Lots - Non-scored - Bid Form 0

Preliminary questions

Your Information and the Bidding Model - Non-Scored - Bid Form 1

Part 1 Registration on FTS (CDP) and Exclusion Information

Part 1A

Exclusion Grounds - Pass/Fail - Bid Form 2

Part 1B

Associated Persons - Pass/Fail - Bid Form 3

Part 1C

Intended Sub-contractors - Pass/Fail - Bid Form 4

Part 2 -...


Other information

Payment terms

Invoices are to be submitted to the Council, in accordance with the Prices and Payment clause in the Conditions of Contract. Payment will normally be made within thirty (30) days of receipt of a correct invoice.

Description of risks to contract performance

The Council reserves the right to remove any of the Districts or Boroughs listed in the Project Description and Instructions to Tenderers documents, this will mean removing their name/involvement/spend and the off-street locations in their areas

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Concession


Documents

Associated tender documents

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Please either register or log in to the above web address, and then 'express interest' and 'opt in' in order to view the full set of documentation relating to this tender opportunity


Contracting authority

Hertfordshire County Council

  • Public Procurement Organisation Number: PWJT-5264-WYMY

County Hall

Hertford

SG13 8DQ

United Kingdom

Region: UKH23 - Hertfordshire

Organisation type: Public authority - sub-central government