Section one: Contracting authority/entity
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Ben Fulton
Telephone
+44 1315296432
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
South of Scotland Electric Vehicle Charging Delivery Partner
two.1.2) Main CPV code
- 65300000 - Electricity distribution and related services
two.1.3) Type of contract
Services
two.1.4) Short description
A concession contract for the operation, maintenance, and expansion of the public electric vehicle charging network across eight collaborating local authorities in the South of Scotland. The contract includes migrating existing ChargePlace Scotland assets to a new back-office system and delivering approximately 1,800 additional charge points by 2030.
two.1.6) Information about lots
This concession is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 51100000 - Installation services of electrical and mechanical equipment
- 09310000 - Electricity
- 31158000 - Chargers
- 30163000 - Charge cards
- 31681500 - Rechargers
- 34920000 - Road equipment
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
- UKM73 - East Lothian and Midlothian
- UKM75 - Edinburgh, City of
- UKM76 - Falkirk
- UKM78 - West Lothian
- UKM91 - Scottish Borders
- UKM92 - Dumfries & Galloway
two.2.4) Description of the procurement
A regional collaboration of Scottish local authorities wish to put in a place a concession contract for an electric vehicle charging network across a large geographical region. The authorities are City of Edinburgh Council (lead authority), Dumfries and Galloway Council, West Lothian Council, Midlothian Council, Scottish Borders Council, Clackmannanshire Council, Fife Council and Falkirk Council.
The concession contract will assume responsibility for the existing public charging estate. This will include migration of these assets from the Chargeplace Scotland network onto a new back office. Further to this, Electric Vehicle Infrastructure Fund (EVIF) grant funding in the region of GBP6 million has been secured from Transport Scotland to support the expansion of the network by approximately 1800 additional chargepoints by 2030. The authorities will work with the operator throughout the contract term to support further network expansion beyond the initial expansion phase which may be funded from a range of sources.
The contract will be for a single operator who can provide a mix of charging solutions and capacities across the region with an expectation the majority by number will be long dwell time AC charging.
The back office software will facilitate fleet charging.
The tender process is expected to be as follows;
Initial SPD submission to shortlist five operators.
Shortlisted operators will be invited to submit a proposal following which they will be invited to discuss and explore their proposal for the region.
Subsequently shortlisted operators will be invited to submit a full tender.
two.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
two.2.7) Duration of the concession
Duration in months
240
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria, indication of information and documentation required
Tenderers are required to have minimum “general” annual turnover for the last two financial years.
Tenderers are required to have a minimum current ratio for the last two financial years.
Tenderers are required to have a minimum Dun and Bradstreet credit rating.
Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and minimum levels of insurance indicated below
Minimum level(s) of standards possibly required
The levels sought are;
Current Ratio 1.10
Turnover of GBP400,000
Dun & Bradstreet Credit rating of greater than 75
Where a Tenderers’ financial position is less than the acceptable value, the City of Edinburgh Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Employer’s (Compulsory) Liability Insurance – GBP10m each and every claim
Public Liability Insurance – GBP10m each and every claim
Products Liability Insurance – GBP5m each and every claim
Professional Indemnity Insurance – GBP2m in the aggregate
three.1.3) Technical and professional ability
List and brief description of selection criteria, indication of information and documentation required
SPD Question 4C.1.2 - 1 Project Management - Refer to Tenderers Submission Document
SPD Question 4C.1.2 - 2 Migration - Refer to Tenderers Submission Document
SPD Question 4C.1.2 - 3 Design, Installation and Commissioning - Refer to Tenderers Submission Document
SPD Question 4C.1.2 - 4 Operation and Maintenance - Refer to Tenderers Submission Document
SPD Question 4C.1.2 - 5 Commercial Approach - Refer to Tenderers Submission Document
SPD Question 4C.1.2 - 6 Financing Infrastructure Delivery - Refer to Tenderers Submission Document
SPD Question 4C.4 - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause in all contracts used in the delivery of the Framework Agreement, ensuring payment of sub-contractors at all stages of the supply chain within 30 days and include a point of contact for sub-contractors to refer to in the case of payment difficulties.
SPD Question 4C.5 - Payment of the Real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly involved in the delivery of the Framework Agreement (including any agency or sub-contractor staff), at least the real Living Wage.
SPD Question 4C.7 - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate change emergency).
SPD Question 4D2 - Environmental Management Measures - Tenderers are required to confirm that all electricity supplied to vehicles throughout the life of the contract is from renewable sources.
Minimum level(s) of standards possibly required
SPD Question 4C.4 - Inclusion of Prompt Payment Clause - Where a Tenderer does not commit to the inclusion of a prompt payment clause, the Council may exclude the Tenderer from the competition.
SPD Question 4C.5 - Payment of the Real Living Wage - Where a Tenderer does not commit to pay any staff that at least the real Living Wage, the Council may exclude the Tenderer from the competition.
SPD Question 4C.7- Response to Climate Change Emergency - Where a Tenderer fails to demonstrate that it is taking steps to build awareness of the climate change emergency and reduce emissions, to the Council’s satisfaction, the Council may exclude the Tenderer from the competition.
SPD Question 4D2 - Environmental Management Measures - Where Tenderers fail to confirm they do not provide exclusively renewable electricity the Council may exclude the Tenderer from the competition.
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Date
24 October 2025
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The successful tenderer will be required to work with the City of Edinburgh Council to complete a cyber security assessment. This will include a requirement for supporting evidence/accreditations, such as ISO27001, Cyber Essentials, PEN tests, etc.
The named authorities within the South of Scotland group include the City of Edinburgh Council, Midlothian Council, West Lothian Council, Falkirk Council, Clackmannanshire Council, Fife Council, Scottish Borders Council and Dumfries and Galloway Council. The City of Edinburgh Council reserves the right to continue the procurement exercise should an individual authority wish to withdraw prior to contract award.
The Contract length is expected to be an initial term of 15 years with the possibility of an extension of up to 5 years.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29854. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits will be sought across the lifetime of this contract to be delivered across the region. Further information will be provided to short listed tenderers prior to seeking a proposal.
(SC Ref:804568)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
A tenderer that suffers loss as a result of a breach of duty under The Concession Contracts (Scotland) Regulations 2016 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.