Tender

The Development of a Feasibility Study to Assess EV Refuelling across Cheshire East, Cheshire West and Warrington

  • ENTERPRISE CHESHIRE AND WARRINGTON

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

Notice identifier: 2025/S 000-038917

Procurement identifier (OCID): ocds-h6vhtk-055cd8

Published 10 July 2025, 12:40pm



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

This table contains award criteria for this lot
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


Documents

Associated tender documents

Invitation_to_quote_EV_REFUELLING.pdf


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)