Tender

Electric Vehicle Charging Infrastructure (LEVI Fund)

  • Essex County Council

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

Notice identifier: 2025/S 000-055985

Procurement identifier (OCID): ocds-h6vhtk-054613 (view related notices)

Published 11 September 2025, 5:23pm



Scope

Reference

PL0079

Description

Essex County Council ('the Authority') have been pre-allocated £8,382,000 under the Local Electric Vehicle (LEVI) fund, which aims to increase the number of on-street low-powered charge points in residential areas, accelerating the commercialisation of Electric Vehicle (EV) Charging Infrastructure across the County.

The Authority requires Service Providers for four concession contracts to install, manage, maintain, and replace as required, Electric Vehicle Charging Equipment. We require three different technology types: Street Furniture Charge Points (minimum 1 Socket), Multi-Socket Street Furniture Charge Points (minimum 2 Sockets), and 'Flush to the Floor' Charge Points (minimum 1 Socket).

The outcome of these four contracts shall be to establish an integrated EV Charge Point network across Essex, constituted of a cumulative minimum of 5,000 Installed and Operational Sockets available for public use, particularly designed for the needs of Users without access to off-street parking.

The Agreement Term for these Contracts will be 15 Year(s), with the option to extend once for a period of 12 Month(s).

Total value (estimated)

  • £633,000,000 excluding VAT
  • £633,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 6 February 2026 to 5 February 2041
  • Possible extension to 5 February 2042
  • 16 years

Description of possible extension:

One 12 month extension, with the decision to extend the Agreement at the sole discretion of the Authority.

Main procurement category

Services

CPV classifications

  • 31158000 - Chargers
  • 31610000 - Electrical equipment for engines and vehicles
  • 34144900 - Electric vehicles
  • 45310000 - Electrical installation work
  • 51110000 - Installation services of electrical equipment
  • 63712600 - Vehicle refuelling services

Contract locations

  • UKH3 - Essex

Lot constraints

Maximum number of lots a supplier can be awarded: 2

Description of how multiple lots may be awarded:

Bidders are limited to the award of a maximum of two Lots. Bidders will be made aware of which Lots they are the Preferred Bidder for following evaluation through an Offer Period. Should Bidders have the highest Overall Score for more than two Lots, the Bidder shall inform the Authority of which of the Lot(s) they will withdraw from, within the timeframes and subject to the process set out in the Bidders Guidance.


Lot 1. Lot 1: Street Furniture Charge Points (On-Street Sites)

Description

Electric Vehicle Charge Points which have above-ground furniture, such as bollards, into which EV Charge Point Sockets are built. These Units are required to have a minimum of 1 Socket. The geographical scope of this Lot is ECC-owned public highways in the district boundaries of Rochford, Castle Point, Basildon, Brentwood, Epping Forest and Harlow.

The Full Allocation of LEVI Grant Funding for this Lot, should the Required Quantity of Charge Point Sockets be Installed and Operational, is £2,491,000.

The minimum Quantity of Charge Point Sockets that Bidders can commit to for this Lot is 1,650.

Lot value (estimated)

  • £184,000,000 excluding VAT
  • £184,000,000 including VAT

Same for all lots

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


Lot 2. Lot 2: Street Furniture Charge Points (On-Street Sites)

Description

Electric Vehicle Charge Points which have above-ground furniture, such as bollards, into which EV Charge Point Sockets are built. These Units are required to have a minimum of 1 Socket. The geographical scope for this Contract is ECC-owned public highways in the district boundaries of Maldon, Tendring, Colchester, Braintree, Chelmsford and Uttlesford.

The Full Allocation of LEVI Grant Funding for this Lot, should the Required Quantity of Charge Point Sockets be Installed and Operational, is £2,491,000.

The minimum Quantity of Charge Point Sockets that Bidders can commit to for this Lot is 1,650.

Lot value (estimated)

  • £184,000,000 excluding VAT
  • £184,000,000 including VAT

Same for all lots

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


Lot 3. Lot 3: 'Flush to the Floor' Charge Points (On-Street Sites)

Description

Electric Vehicle Charge Points which sit flat and flush with the footway and have no street furniture when not in use (other than a feeder cabinet/device if necessary). These Units are required to have a minimum of 1 Socket.

The geographical scope for this Lot is ECC-owned public highways in the administrative boundaries of Essex County Council.

The Full Allocation of LEVI Grant Funding for this Lot, should the Required Quantity of Charge Point Sockets be Installed and Operational, is £2,100,000.

The minimum Quantity of Charge Point Sockets that Bidders can commit to for this Lot is 1,000.

Lot value (estimated)

  • £115,000,000 excluding VAT
  • £115,000,000 including VAT

Same for all lots

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


Lot 4. Lot 4: Multi-Socket Street Furniture Charge Points (On-Street and Off-Street Third-Party Sites)

Description

Electric Vehicle Charge Points which have above-ground furniture, such as bollards, into which EV Charge Point Sockets are built. These Units are required to have a minimum of 2 Sockets.

The geographical scope for this Lot is on-street and off-street locations in third party-owned sites, including off-street car parks, in the administrative boundaries of Essex County Council.

The Full Allocation of LEVI Grant Funding for this Lot, should the Required Quantity of Charge Point Sockets be Installed and Operational, is £1,300,000.

The minimum Quantity of Charge Point Sockets that Bidders can commit to for this Lot is 700.

Lot value (estimated)

  • £150,000,000 excluding VAT
  • £150,000,000 including VAT

Same for all lots

CPV classifications, contract locations 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 1. Lot 1: Street Furniture Charge Points (On-Street Sites)

Lot 2. Lot 2: Street Furniture Charge Points (On-Street Sites)

Lot 3. Lot 3: 'Flush to the Floor' Charge Points (On-Street Sites)

Lot 4. Lot 4: Multi-Socket Street Furniture Charge Points (On-Street and Off-Street Third-Party Sites)

Financial Capacity - Bidders financial ratios will be assessed proportionate to their offered contract value, which will categorise Bidders as 'Low', 'Medium', 'High' or 'Very High' risk. For Bidders that are categorised as 'High' or 'Very High' risk, the Authority will require a guarantee or bond that will provide the Authority with sufficient security that the Bidder has the financial capacity to deliver this Service. It is the Authority's preference that this be a Parent Company Guarantee, but will consider alternatives on a case by case basis. The Authority will decide at its discretion which guarantees, bonds or alternative financial instruments are sufficient to provide confidence of financial capacity. Bidders should note that since this is a multi-Lot requirement, the value of Contract award to differing Bidders will not be known until the Offer Stage, and therefore the Pass/Fail criteria for this will be applied at this time.

Financial Capacity: Insurance - Bidders are required to already have or be willing to obtain prior to contract award the following insurances: Employer's Liability Insurance of £10 million, Public Liability Insurance of £10 million, Product Liability Insurance of £10 million and Professional Indemnity Insurance of £2 million.

Legal Capacity: Modern Slavery Act 2015 compliance - Bidders are required to self-declare if they are a commercial organisation subject to the Act requirements, and where they are, Bidders shall self declare that they fully comply with these requirements.

Legal Capacity: Discrimination Legislation - Bidders are required to confirm that a finding of unlawful discrimination has not been made against your organisation in the last three years, either by an Employment Tribunal, an Employment Appeal Tribunal, or any other comparable bodies; or had a complaint submitted against them by the Equality and Human Rights Commission. Where Bidders have had such a finding against them, they will need to provide evidence to the Authority's satisfaction that they have taken sufficient remedial action to prevent the risk of similar unlawful discrimination recurring.

Legal Capacity: Environmental Management Legislation - Bidders are required to confirm that they have not been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by an environmental regulator, local authority or other Authority. Where Bidders have self-declared they have previously breached this legislation or had notice served upon it, Bidders will need to provide evidence to the Authority's satisfaction that they have taken sufficient remedial action to prevent the risk of similar environmental management legislation recurring.

Legal Capacity: Health and Safety Policy - Bidders are required to self-certify that their organisation has a Health and Safety Policy that complies with current legislative requirements.

Legal Capacity: Health and Safety Enforcement/Remedial Orders - Bidders are required to confirm that any of their Directors or Executive Officers have been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years. Where the Bidder declares they have been in receipt of such, they are required to provide evidence to demonstrate that the Bidder has taken remedial action to prevent the risk of breaching this legislation recurring.

Legal Capacity: Monitoring Subcontractor Legislative Compliance - Bidders shall confirm if they do or do not intend to use subcontractors to deliver this Service. Where Bidders intend to use subcontractors, they are required to provide an attachment explaining the processes your organisation has in place to monitor whether subcontractors have been in receipt of any of the above legislative breaches.

Legal Capacity: Data Protection Legislation - Bidders are required to complete the Authority's Data Protection Compliance Questionnaire. To participate in this tender, Bidders must have a response to this questionnaire categorised as 'Satisfactory'.

E-Procurement - Bidders are required to confirm that their organisation can fully meet the Authority's requirements for receiving electronic orders and submitting e-mailled invoices.

Legal Capacity - Bidders are required to declare if their organisation or any other Parties they are relying on as a Connected Person or an Associated Person is constituted or organised under the law of Russia or Belarus, or whose individual information states Russia or Belarus as the place of residency. The Authority may exclude such Bids, unless the relevant person/organisation is registered in the UK or in a country the UK has a relevant international agreement with for reciprocal rights of access to public procurement; and/or the relevant person/organisation has significant business operations in the UK or in a country the UK has a relevant international agreement with for reciprocal rights of access to public procurement.

Technical ability conditions of participation

Lot 1. Lot 1: Street Furniture Charge Points (On-Street Sites)

Lot 2. Lot 2: Street Furniture Charge Points (On-Street Sites)

Lot 3. Lot 3: 'Flush to the Floor' Charge Points (On-Street Sites)

Lot 4. Lot 4: Multi-Socket Street Furniture Charge Points (On-Street and Off-Street Third-Party Sites)

Organisation Management Structure - Bidders are required to submit a description of their organisation's management structure, which will need to demonstrate an appropriate management structure with sufficient numbers of suitably qualified staff, which has successfully co-ordinated the delivery of similar services, to the Authority's satisfaction.

Resourcing and Systems Plan - Bidders are required to submit a description of the internal and external resources they routinely draw on which have enabled them to provide similar requirements. This will need to provide the Authority with confidence that Bidders have the appropriate resources available to deliver similar services.

Healthy Supply Chain Plan - where Bidders intend to subcontract all or a proportion of the Contract, Bidders are required to submit a description of how they have previously maintained healthy supply chains and ensured prompt payment.


Submission

Enquiry deadline

3 October 2025, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

10 October 2025, 12:00pm

Submission address and any special instructions

The E-Sourcing Portal for this procurement, including all the tender documents, is https://procontract.due-north.com/, under the project number DN765805 'PL0079 Electric Vehicle Charging Infrastructure (LEVI Fund)'.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Lot 1. Lot 1: Street Furniture Charge Points (On-Street Sites)

Lot 2. Lot 2: Street Furniture Charge Points (On-Street Sites)

Lot 3. Lot 3: 'Flush to the Floor' Charge Points (On-Street Sites)

Lot 4. Lot 4: Multi-Socket Street Furniture Charge Points (On-Street and Off-Street Third-Party Sites)

Maximum 7 suppliers per lot

Selection criteria:

per lot

Award decision date (estimated)

1 February 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Scale

The Bidder's Required Total Quantity of Sockets they are committing to deliver under the respective Lot, evaluated in accordance with Table B Scale for the respective Lot

Price 25%
Commercial Plan

Bidders are required to provide a detailed Commercial Plan, describing how they would deliver the required Charge Point Sockets, providing confidence that they shall Install and make Operational the...

Price 12.5%
Additional Site Selection Plan

Bidders are required to provide an Additional Site Selection Plan explaining how they will decide on the location to propose for the Additional Sites.

Scored in accordance with Scoring Methodology...

Quality 10%
Installation Delivery Plan

Bidders are required to provide an Installation Delivery Plan explaining how you will install the charging infrastructure.

Quality 10%
Revenue Share

The Gross Revenue Share percentage the Bidder will pay to the Authority on an annual basis, calculated using open book costing. For the full details on this, including the Contract Years in which this...

Price 7.5%
Usability, Accessibility and Equitable Pricing Plan

Bidders are required to provide a Usability, Accessibility and Equitable Pricing Plan.

Scored in accordance with Scoring Methodology Table A

Quality 7.5%
Maintenance, Repairs and Replacement Plan

Bidders are required to provide a Maintenance, Repairs and Replacement Plan, explaining how your organisation will meet the Charge Point Maintenance, Repairs and Replacement Requirements, set out in...

Quality 5%
Customer Service and Contract Management Plan

Bidders are required to provide a Customer Service, Communications and Contract Management Plan.

Scored in accordance with Scoring Methodology Table A

Quality 5%
Technology Upgrades and Continuous Improvement Plan

Bidders are required to provide a Technology Upgrades and Continuous Improvement Plan

Quality 5%
Environmental Sustainability Plan

Bidders are required to explain how they will reduce any negative environmental impacts specific to delivering this contract, during the Contract Term. The Bidder's response should provide a...

Quality 5%
Social Value Plan

Bidders are required to submit

A) ECC Social Value Calculator

B) Social Value Supporting Statement

Scored in accordance with the process detailed in the Bidder's Guidance

Quality 5%
Risk Management and Business Continuity Plan

Bidders are required to submit a Risk Management and Business Continuity Plan, and a supporting Risk Register.

Scored in accordance with Scoring Methodology Table A.

Quality 2.5%

Other information

Payment terms

Bidders shall refer to the Payment Schedule of the Contract for the information on the outgoing and incoming payments required for this Contract.

Description of risks to contract performance

Interested Parties shall refer to the 'Known Risks' attachment to the tender notice. The Known Risks are:

1) Pedestrianisation

2) Government amendment to licenses and consent requirements

3) Contract transfers to a Successor Authority

4) Contract transfers to a Successor Authority with a different geographical scope

5) Contracting Authority and Highways Authority become separate organisations

6) Contract transfers to a group of Successor Authorities who replace Essex County Council

7) Minor amendments to Specification required to reflect operating realities

8) Existing small-scale EV Charging Equipment Contracts owned by district, borough or parish councils expire during the life of this Contract, and the Authority requests the Service Provider adopt such Sites

9) Minor amendments to the Performance Regme (Schedule 2) required to reflect operating realities

10) Minor amendments needed to the reporting requirements

11) Amendment to Delivery Timescales required

12) Amendment to Power Levels required

13) Amendment to Exit Strategy required

14) Amendments to the Site Assessment Criteria required

15) Amendments to Social Value, Climate or Modern Slavery required

V1 of the Known Risks for this Procurement have been attached to this tender notice, but Bidders shall refer to the 'Known Risks' excel document as part of the tender document pack in the first instance, as this will take precedent, and the Known Risks for this Procurement may undergo minor amendments during the tender period due to clarifications raised.

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Concession

Competitive flexible procedure description

The procurement process for this Contract is split into three stages:

1) Stage One: Conditions of Participation

2) Stage Two: Invitation to Submit Initial Tender (ISIT)

3) Feedback Meetings and Invitation to Submit a Final Tender (ISFT) (if progressed by the Authority in accordance with 1.11-1.14 of this Bidder's Guidance)

Stage One: Conditions of Participation

1.4 Stage One will be constituted by two parts: the Procurement Selection Questionnaire, and the Stage One Assessment Questions. The Procurement Selection Questionnaire will assess if Bidders have satisfied the Authority that they have the technical, financial and legal competency, capacity and ability to deliver the requirement as set out in the Schedule 2 (Specification). Bidders will also be requested to submit a response to the Stage One Assessment Questions, which will be scored and moderated by an evaluation panel in accordance with the respective scoring criteria. The top scoring seven Bidders for each Lot will be selected to participate in further stages of the Procurement process. Where the seventh placed Bidder receives an equal score with the eighth placed Bidder, both will be invited to participate in the next Stage. For Bidders not selected for further participation at each stage, you will be notified of the outcome and high level feedback will be provided, but the Authority has no obligation to provide an Assessment Summary in full.

1.5 In the e-Sourcing portal (ProContract) there is one Conditions of Participation response template which ALL Bidders are required to complete. Only one Conditions of Participation (Section A) needs to be completed regardless of which lot(s) are being bid.

Stage Two: Invitation to Submit Initial Tender (ISIT)

1.6 Bidders selected following Stage One will receive an Invitation to Submit an Initial Tender (ISIT), constituting the tender questions for this Procurement. Bidders will be required to submit Plans as detailed in Section Four of this Bidder's Guidance, and the relevant sections of the Evaluation Matrix. Bidders are advised to submit responses to the Initial Tender questions as if it were a final tender, as there is no guarantee they will be offered any opportunity to resubmit any or all of their Tender. Bidder's Responses will then be scored in accordance with the respective Scoring Methodology. ISIT therefore means: Invitation to Submit Initial Tender or, in the event of a decision by the Authority to award without negotiation, the final tender.

1.7 There are lot specific response templates built into the e-Sourcing portal for this procurement for each ITT, clearly marked with which lot they relate to. Bidders are only required to complete the templates related to the lot(s) for which they are bidding. Bidders must complete all questions for the respective lot(s) they are bidding for prior to the Submission Deadline

1.8 Bidders are permitted to bid for multiple lots, regardless of whether the aggregated scale (number of sockets) of the lots bid for exceeds their capability, to maximise the likelihood of being awarded a contract(s). There is no restriction on the number of lots which can be bid, but only one tender response per lot is permitted from each Bidder.

1.9 Once the Authority has evaluated responses, a decision will be made as to whether the Authority will exercise a negotiation stage. If the Authority decides not to negotiate, then all Bidders invited to ISIT will remain in the competition and offers will be made to the top scoring Bidders for each Lot, in accordance with the process set out in Bidder Guidance Section 6 (Process Leading to Overall Score).

Stage Three: Feedback Meetings and Invitation to Submit Final Tender (ISFT)

1.11 If the Authority decides to exercise this negotiation stage, this will be limited to an invitation to the Bidders with the top three Overall Scores in the ISIT stage. Bidders whose Overall Scores are ranked below third for each respective Lot will be downselected at this stage. All Bidders will be notified at this point of whether they qualify for a negotiation stage or whether they have been excluded from the tender via the messaging functionality on the e-Sourcing system (ProContract).

1.12 The negotiation agenda will consist of Authority selected question(s) and where the Bidder's Responses could be improved. The selected question(s) will be the same for all Bidders. The Bidder will receive relevant feedback and then have the opportunity to resubmit a Response in the ISFT. All Bidders provided with the same level of feedback and the same quantity of time.

1.13 The selected Questions will then be opened for resubmission of responses within a timeframe specified by the Authority. The invitation to resubmit Responses would be limited to the selected question(s) - all other question responses and the score the Bidder received from the ISIT stage would be frozen and carried over.

Provisional Award and Contract Signature

1.15 Following the completion of Tender evaluations, offers of provisional award (subject to internal governance and successful completion of the standstill period) will be issued to the preferred Bidder for each Lot (i.e. the Bidder with the with the highest Overall Tender Score for each Lot calculated in accordance with the 'Process Leading to Overall Tender Score' section of this Bidder Guidance).

1.16 The preferred Bidder will be required to accept in principle or decline any lots where a conditional offer has been made by the Authority within five (5) Working Days. The conditional offer expires five (5) Working Days after the date and time of the issue of the conditional offer letter. If the Authority has not received communication within the stipulated five (5) Working Day time period, then the offer will be withdrawn. Should a Bidder decline any lot(s), or any offers are withdrawn due to lack of response during the five (5) Working Day period, the conditional offer will subsequently be made to the Bidder with the next highest Overall Tender Score for that lot(s). The Bidder must ensure that all contact details within the e-sourcing portal (Pro-Contract) are up to date to ensure communication is made to appropriate persons and that system notifications are active to ensure the maximum use of the five (5) Working Day time period. This process will continue until the Authority has an acceptance in principle for all lots which are being pursued for award of Contract.

1.17 Where Bidders have accepted in principle two Lots, they will be reissued with a Financial Assessment Form for completion, proportionate to the value of the two Lots they have won. The risk category returned from this document will then determine whether a Parent Company Guarantee, bond or alternative will be required.

1.18 Bidders are limited to the award of a maximum of two Lots. Should Bidders have the highest Overall Score for more than two Lots, the Bidder shall inform the Authority of which of the Lot(s) they will withdraw from, in accordance with the timeframes specified in the above paragraph.

1.19 The process for Contract Award will be in accordance with the provisions set out in the Procurement Act 2023 and the Procurement Regulations 2024. First, a Contract Award notice will be issued on Find a Tender Service (FTS) beginning the Standstill Period, immediately followed by Assessment Summaries being provided to all Bidders who submitted in the Final Stage of this Procurement (either the ISIT or ISFT dependant on whether the Authority progresses the latter option). For those who were down selected during the tender, high-level feedback will be provided, but the Authority has no obligation to provide an Assessment Summary in full.

Justification for not publishing a preliminary market engagement notice

A PIN was published under the Procurement Contract Regulations 2015 - this can be found through the notice identifier 2024/S 000-012992, or through this link: https://www.find-tender.service.gov.uk/Notice/012992-2024


Documents

Associated tender documents

16. PL0079 - Known Risks.xlsx


Contracting authority

Essex County Council

  • Public Procurement Organisation Number: PWVM-4844-NRQH

County Hall, Market Road

Chelmsford

CM1 1QH

United Kingdom

Region: UKH36 - Heart of Essex

Organisation type: Public authority - sub-central government