HCC - 06/25 - Provision of Local Electric Vehicle Charging Infrastructure
A Tender Notice
by HERTFORDSHIRE COUNTY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 15 year
- Value
- £200M
- Sector
- TRANSPORT
- Published
- 16 Jun 2025
- Delivery
- 01 Nov 2025 to 31 Oct 2040
- Deadline
- 08 Aug 2025 12:00
Concepts
Location
1 buyer
- Hertfordshire County Council Hertford
Description
Hertfordshire County Council is currently out to procurement for the Provision of Local Electric Vehicle Charging Infrastructure The purpose of this procurement exercise is to enable prospective Concessionaires to provide a tender laying out how they would introduce additional chargepoints in on-street, off-street and local car park locations across Hertfordshire. Utilising funding provided by the Department for Transport for the LEVI programme; this is a collaborative initiative with Hertfordshire County Council (the lead Highways authority), 10 District and Boroughs within Hertfordshire, inclusive of Parish and Town Councils. The LEVI programme aims to increase the provision of Electric Vehicle charging infrastructure across the county through the installation of EV infrastructure primarily in areas where residents do not have access to off street parking or find it difficult to access a chargepoint. This is particularly important for subsidising areas which are likely to be less commercially attractive to suppliers. The concessionaire(s) will be procured by Hertfordshire County Council ('the Council') on behalf of a consortium of lower tier authorities who have all committed to this programme, and have signed a Collaboration Agreement, which will be appended to the concession contract. The partnership authorities include: Hertfordshire County Council (lead delivery authority) • Broxbourne Borough Council • Dacorum Borough Council • East Hertfordshire District Council • Hertsmere Borough Council • North Hertfordshire District Council • St Albans City and District Council • Stevenage Borough Council • Three Rivers District Council • Welwyn Hatfield Borough Council • Watford Borough Council As a Tranche 1 authority Hertfordshire has received £6,015,000 of LEVI capital funding and expect that this will contribute towards our 2030 targets for electric vehicle charging provision. In line with our strategy the council is seeking service Concessionaires to increase provision of chargepoints, in the following types of locations spread across the county: Council owned car parks for both local and destination charging (there are 26,000 parking spaces and 400 available car parks across the county). For the LEVI fund the carparks in scope would need to be in proximity (roughly 5-min walk) to residential areas and be appropriate for overnight charging. Off-street locations in the form of hubs on other public-owned land On-street – including standalone bollards, hubs, lamp columns. The county has been split into three lots by geographical area. The purpose of this lotting is to provide consumers with options for different CPOs across the county, encourage competition and competitive tariffs and mitigate any risk of a monopoly across the county. Assigning lots as shown below, enables CPOs to provide charging infrastructure in urban and rural locations at a district level with each provider for the 3 lots being assigned a ‘section’ of the County. Lot Title 1 St Albans, Welwyn Hatfield, North Herts 2 Three Rivers, Watford, Hertsmere, Dacorum 3 Stevenage, Broxbourne, East Herts Tenderers may bid for one Lot, two lots, or all three Lots. The ITT Response Document applies commonly to all the relevant Lots selected apart from Bid Form 10 (Scale) which should be completed for each of the individual Lots being bid for. To maintain competition across the county Tenderers will be awarded a maximum of one Lot. Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots. Full details of the requirement and context of the procurement can be found in the Service Specification which is in Schedule 1 and Schedule 2 of the Contract Document.
Lot Division
1 | St Albans, Welwyn Hatfield, North Herts
As per the project description for St Albans, Welwyn Hatfield, North Herts |
2 | Three Rivers, Watford, Hertsmere, Dacorum
As per the project description for Three Rivers, Watford, Hertsmere, Dacorum |
3 | Stevenage, Broxbourne, East Herts
As per the project description for Stevenage, Broxbourne, East Herts |
Renewal Options
The Contract is for a Core Period of fifteen (15) years with the option to extend for a further one (1) year at the sole discretion of the Council
Award Criteria
Simple description | Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria Evaluation Criteria Mandatory Requirements (Pass/Fail) Lots - Non-scored - Bid Form 0 Preliminary questions Your Information and the Bidding Model - Non-Scored - Bid Form 1 Part 1 Registration on FTS (CDP) and Exclusion Information Part 1A Exclusion Grounds - Pass/Fail - Bid Form 2 Part 1B Associated Persons - Pass/Fail - Bid Form 3 Part 1C Intended Sub-contractors - Pass/Fail - Bid Form 4 Part 2 – Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Relevant Experience and Contract Example: Case Study 1 (Ref: CS1) - Pass/Fail - Bid Form 6.1 Relevant Experience and Contract Example: Case Study 2 (Ref: CS2) - Pass/Fail - Bid Form 6.1 Explanation of how you meet selection criteria if a Case Study cannot be provided - Pass/Fail - Bid Form 6.2 (if applicable) Intention to Subcontract - Pass/Fail - Bid Form 6.3 Part 2B – Additional Questions Including Project Specific Questions Insurance - Pass/Fail - Bid Form 7.1 Data Protection - Pass/Fail - Bid Form 7.2 Health and Safety - Pass/Fail - Bid Form 7.3 Right to Work in the UK - Pass/Fail - Bid Form 8 Non-Functional, Technical and Security Requirement Questions for Contractor-Hosted Systems - Pass/Fail - Bid Form 9 Part 3 – Award (Award Criteria) Tier 1 - Part 3A - Scale - 40% Tier 2 - Scale - 100% - Bid Form 10 Tier 1 - Part 3B - Quality - 60% Tier 2 - Delivering the Contract - 20% - Bid Form 11 Tier 2 - Site Assessment, Design, Installation and Commissioning Process - 20% - Bid Form 12 Tier 2 - Maintenance, Customer Service and Reporting process - 20% - Bid Form 13 Tier 2 - Tariff management - 20% - Bid Form 14 Tier 2 - Technology and Future Proofing the Network process - 10% - Bid Form 15 Tier 2 - Technical Competence Requirements - 10% - Bid Form 16 |
CPV Codes
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 45233293 - Installation of street furniture
- 71314000 - Energy and related services
- 51110000 - Installation services of electrical equipment
- 34144900 - Electric vehicles
- 45220000 - Engineering works and construction works
- 45310000 - Electrical installation work
- 48000000 - Software package and information systems
- 72260000 - Software-related services
Indicators
- Restrictions apply to the lot award allocation.
- Renewals are available.
Other Information
Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 8th August 2025 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home ** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-054969
- FTS 032651-2025