Tender

636_25 Vehicle Charging Infrastructure 3 (VCI 3)

  • Leicestershire County Council, trading as ESPO

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

Notice identifier: 2025/S 000-051039

Procurement identifier (OCID): ocds-h6vhtk-04eefd (view related notices)

Published 22 August 2025, 5:33pm



Scope

Reference

636_25

Description

A national multi-lot framework agreement for vehicle charging infrastructure solutions utilised by ultra-low and zero emission vehicles, including supply and installation of electric vehicle charging points (slow/standard/fast/rapid/ultra-fast) and related services.

The Framework is divided into 4 lots.

Please refer to the procurement/tender documents for further details (please see below on how to access these).

To tender (please proceed to step (e) if an Expression of interest has already been completed):

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '636_25' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest (if not already completed via the previously Published Preliminary market engagement notice); (e) Download the procurement/tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).

In the case of any questions or clarifications relating to this tender opportunity, these should be submitted to ESPO as a Message on the eProcurement Portal (again once an Expression of interest has been completed).

For further details on the Procurement Act, including registration on the Central Digital Platform, this can be found as follows:

https://www.gov.uk/government/collections/information-and-guidance-for-suppliers

Or otherwise, please refer to the ESPO Website as follows:

https://www.espo.org/the-procurement-act-2023

Commercial tool

Establishes a framework

Total value (estimated)

  • £200,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 20 November 2025 to 19 November 2027
  • Possible extension to 19 November 2029
  • 4 years

Description of possible extension:

The framework agreement has the option to extend for up to a further 24 months (under normal circumstances this will either be completed in full or in 12-month periods and is subject to the performance of the framework).

The total estimated values captured in this notice include the option to extend the framework as noted above.

Main procurement category

Goods

Additional procurement category

Services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot constraints

Maximum number of lots a supplier can bid for: 3

Maximum number of lots a supplier can be awarded: 3

Description of how multiple lots may be awarded:

Tenderers bidding for Lot 1 (Purchase of Electric Vehicle Charge Points), Lot 2 (Back Office Solutions) and Lot 3 (Service and Maintenance) may bid for one, some, or all three lots.

Tenderers bidding for Lot 4 (Consultancy Services) are unable to bid for Lot 1 (Purchase of Electric Vehicle Charge Points), Lot 2 (Back Office Solutions) and Lot 3 (Service and Maintenance) due to the potential for conflicts of interest.

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Purchase of Electric Vehicle Charge Points

Description

Electric vehicle charge point purchase (turnkey solution including equipment supply, installation, back-office equipment from a CPNO, software & maintenance services).

For further details, please refer to the procurement/tender documents.

Lot value (estimated)

  • £200,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 09331000 - Solar panels
  • 30163000 - Charge cards
  • 31158000 - Chargers
  • 31681500 - Rechargers
  • 32510000 - Wireless telecommunications system
  • 34920000 - Road equipment
  • 34996300 - Control, safety or signalling equipment for parking facilities
  • 38730000 - Parking meters
  • 42992000 - Special-purpose electrical goods
  • 45200000 - Works for complete or part construction and civil engineering work
  • 50000000 - Repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51214000 - Installation services of parking meter equipment
  • 63712600 - Vehicle refuelling services
  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)
  • 71244000 - Calculation of costs, monitoring of costs
  • 71245000 - Approval plans, working drawings and specifications
  • 71248000 - Supervision of project and documentation
  • 72267100 - Maintenance of information technology software
  • 79311000 - Survey services
  • 79314000 - Feasibility study
  • 98351100 - Car park services

Same for all lots

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


Lot 2. Back Office Solutions

Description

Electric vehicle charge point back office services only.

For further details, please refer to the procurement/tender documents.

Lot value (estimated)

  • £200,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 30163000 - Charge cards
  • 50324100 - System maintenance services
  • 72400000 - Internet services
  • 98351100 - Car park services

Same for all lots

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


Lot 3. Service and Maintenance

Description

Service and maintenance of electric vehicle charge points.

For further details, please refer to the procurement/tender documents.

Lot value (estimated)

  • £200,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 31158000 - Chargers
  • 31600000 - Electrical equipment and apparatus
  • 50000000 - Repair and maintenance services
  • 72267100 - Maintenance of information technology software

Same for all lots

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


Lot 4. Consultancy Services

Description

Consultancy covering strategic guidance relating to the implementation of an electric vehicle charging infrastructure, including but not limited to feasibility study and site survey services etc.

For further details, please refer to the procurement/tender documents.

Lot value (estimated)

  • £200,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 71530000 - Construction consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 72100000 - Hardware consultancy services
  • 72224000 - Project management consultancy services
  • 72266000 - Software consultancy services
  • 79311000 - Survey services
  • 79314000 - Feasibility study
  • 79415200 - Design consultancy services
  • 79418000 - Procurement consultancy services

Same for all lots

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


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Further information about fees

The value of the framework fee shall be calculated as a percentage of the total value of business conducted by the supplier under the framework. Framework fee payments will be plus VAT at the prevailing rate.

Please refer to the procurement/tender documents for further details.

Framework operation description

The Framework could be used in a number of ways where Vehicle Charging Infrastructure are required. Customers wishing to buy Goods and/or Services via the Framework will do so in the following way(s) in accordance with section 45 of the Procurement Act 2023 (and any subsequent amendment or re-enactment thereof):

* Call-off without competition - 'calling-off' goods and/or services from a supplier identified who is a) included in the framework, b) suitable for meeting the customer's specific needs, and c) identified as offering the most advantageous solution to the customer's requirements, based on source(s) of information for customers' supplier selection decisions.

Pricing against the specifications contained in the pricing schedule submitted by suppliers will facilitate this, as would an overview of the goods and/or services and additional benefits offered by each supplier. This method of purchasing may be useful for customers who have already conducted due diligence checks on supplier offerings, engaged the market and can demonstrate that their chosen solution represents best value.

* Call-off with competition (Competitive Selection Process) - 'calling-off' by conducting a further competitive selection process amongst those suppliers identified in the framework as being able to provide the required goods and/or services. This means that not all competitive selection processes will necessarily include all the suppliers - a customer will only invite those suppliers that are included in the framework for the particular type and location of contract required. Customers will assess the suppliers as set out in the terms and conditions of the framework.

An eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the Framework Agreement.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Procurement Act 2023 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Procurement Act 2023 or other public procurement legislation. Accordingly, this is provided for tenderers information only.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

As a Centralised procurement authority as defined in the Procurement Act 2023, the Framework is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.


Participation

Legal and financial capacity conditions of participation

Lot 1. Purchase of Electric Vehicle Charge Points

Lot 2. Back Office Solutions

Lot 3. Service and Maintenance

Lot 4. Consultancy Services

Refer to the procurement/tender documents for conditions of participation.

Technical ability conditions of participation

Lot 1. Purchase of Electric Vehicle Charge Points

Lot 2. Back Office Solutions

Lot 3. Service and Maintenance

Lot 4. Consultancy Services

Refer to the procurement/tender documents for conditions of participation.

Particular suitability

Lot 1. Purchase of Electric Vehicle Charge Points

Lot 2. Back Office Solutions

Lot 3. Service and Maintenance

Lot 4. Consultancy Services

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

15 September 2025, 5:00pm

Tender submission deadline

22 September 2025, 12:00pm

Submission address and any special instructions

Please refer to all instructions captured via https://www.eastmidstenders.org/.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

7 November 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Non-Price Quality 70%
Price Price 30%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://www.eastmidstenders.org/

To tender (please proceed to step (e) if an Expression of interest has already been completed):

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '636_25' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest (if not already completed via the previously Published Preliminary market engagement notice); (e) Download the procurement/tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).

Technical specifications to be met

https://www.eastmidstenders.org/

Please refer to the procurement/tender documents (see above for further details including summary instructions on how to access these).


Contracting authority

Leicestershire County Council, trading as ESPO

  • Public Procurement Organisation Number: PYDD-1122-TCVN

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

United Kingdom

Contact name: Place and Environment Procurement Team

Email: tenders@espo.org

Website: https://www.espo.org/

Region: UKF22 - Leicestershire CC and Rutland

Organisation type: Public authority - sub-central government