Scope
Reference
ITQ ECW 2025
Description
The purpose of this study is to assess the technical and practical viability of EV charging infrastructure across the pre-identified sites, considering space requirements, grid capacity and necessary infrastructure, planning constraints, wider operational needs and forecast demand patterns within the individual sites. In doing so, the outcome will be a robust strategic evidence base with a set of recommendations to inform future investment decisions, ensuring that infrastructure development is aligned with local transport strategies and net zero goals.
This work builds on current EV project and local authority climate and EV strategies. These projects include the delivery of LEVI and ZEBRA funding to accelerate uptake of zero-emission vehicles (ZEVs). These existing initiatives have supported the installation of public charging points and fleet electrification, such as the ZEBRA-funded Warrington Own Buses which are now operational.
ECW are therefore looking to appoint consultants to collaborate with Local Authority partners to support further EV development across the subregion. Consultants will be expected to draw on existing data and conduct additional research to recommend an appropriate mix of chargers that meets both current and anticipated needs across the identified sites.
• Production of a desk-based feasibility study to examine the EV refuelling opportunities across the three LA areas in Cheshire and Warrington
• The consultant should be prepared to carry out stakeholder engagement and consultation
• The completion date of the study will be Friday 28th November 2025
• This contract with commence Thursday 14th August 2025
• Study outputs for each site:
• Assess constraints at each site in terms of electrical capacity, accessibility, and planning control. This includes accessibility for different goods vehicles to the sites (including HGVs)
• Recommend the most suitable commercial model, with clear justification for each
• Recommend a minimum chargepoint scenario for each site for a given split in charging facilities for HGV and other fleet vehicles based on the location, local traffic flow, and desk-based research into demand in the local area with delivery of each site scaled to be feasible in 2030.
• Provide detail of other infrastructure or ancillary services required to deliver the site.
• Develop a high-level outline business case for each site, including:
o Recommendations for the most suitable commercial model for delivery and methodology used - this would include an assessment into a fully-funded Charge Point Operator (CPO) with a net revenue share commission for the local authority with a comparison to a local authority owned and financed model with a partnership with the CPO as the operator.
o Evaluation of the commercial model options to understand the criteria which will make sites most commercially appealing at this scale, including key data such as rental per charging bay per year, pence per kWh revenue share, a mix per bay rental and a revenue share above a certain threshold etc.
o A summary of technical delivery considerations, including using tools developed by TfN and DNOs. This could include a consideration of the economics of phasing of installations or battery installation to counter grid constraints that are present.
o Estimated CO2e emissions savings from provision of this installation
The consultant will also need to provide a summary report, drawing on findings at all three sites presenting the wider investment case across the three locations.
Total value (estimated)
- £20,000 excluding VAT
- £24,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 12 August 2025 to 12 November 2025
- Possible extension to 12 February 2026
- 6 months, 1 day
Description of possible extension:
If there is a change of scope required or additional time required to complete the work
Main procurement category
Services
CPV classifications
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Contract locations
- UKD - North West (England)
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Tender submission deadline
5 August 2025, 9:00am
Submission address and any special instructions
Bidders are required to submit tenders in an electronic format (i.e. MS Word/PDF) setting out the following:
• Introduction
• Project Appreciation
• Approach and methodology of the commission
• Demonstration of experience of providing similar services
• CVs of key personnel to be attached to the account (one A4 page summary per person, max. 4 pages)
• Financial proposal, offering value for money
All prices must be fixed and firm, quoted in pounds sterling and exclusive of VAT. Tenders should detail any ancillary costs and expenses included in the price.
https://cheshireandwarrington.com/how-we-work/about/tenders-and-opportunities/
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
11 August 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Proposed approach to the assignment | Quality | 30% |
Knowledge and expertise of staff | Quality | 25% |
Value for Money | Price | 25% |
Experience of delivering similar assignments | Quality | 20% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
ENTERPRISE CHESHIRE AND WARRINGTON
- Companies House: 04453576
- Public Procurement Organisation Number: PTVR-4158-ZHYR
Wyvern House Floor 1, Wyvern House
Winsford
CW7 1AH
United Kingdom
Region: UKD63 - Cheshire West and Chester
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)