Electric Vehicle Charging Infrastructure (LEVI Fund)
A Addendum Notice
by ESSEX COUNTY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 15 year
- Value
- £633M
- Sector
- INDUSTRIAL
- Published
- 08 Oct 2025
- Delivery
- 06 Feb 2026 to 05 Feb 2041
- Deadline
- n/a
Concepts
Location
Essex:
1 buyer
- Essex County Council Chelmsford
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).
Lot Division
1 | Street Furniture Charge Points (On-Street Sites)
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. |
2 | Street Furniture Charge Points (On-Street Sites)
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. |
3 | Flush to the Floor' Charge Points (On-Street Sites)
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. |
4 | Multi-Socket Street Furniture Charge Points (On-Street and Off-Street Third-Party Sites)
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. |
Renewal Options
One 12 month extension, with the decision to extend the Agreement at the sole discretion of the Authority.
Award Criteria
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 |
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 will be taken, please refer to the Terms and Conditions Schedule 4 'Payment and Receipt Mechanism'. Scored relatively to the highest compliant Revenue Share. |
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 Specified Sites within two years of the Contract Commencement Date, and the Additional Sites within five years of the Contract Commencement Date. The Bidder shall support this with a Gantt chart illustrating their delivery plan of the number of Socket installations for each Contract Year. Scored in accordance with Scoring Methodology Table A |
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 Table A |
Installation Delivery Plan | Bidders are required to provide an Installation Delivery Plan explaining how you will install the charging infrastructure. |
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 |
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 Section 5 of the Specification. |
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 |
Technology Upgrades and Continuous Improvement Plan | Bidders are required to provide a Technology Upgrades and Continuous Improvement Plan |
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. |
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 description of how they would ensure to mitigate carbon emissions and reduce waste created by this contract, both through their provision of the contract and their broader supply chain. |
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 |
CPV Codes
- 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
Indicators
- Restrictions apply to the lot award allocation.
- Renewals are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** The Authority is making some amendments to the tender documents for this requirement. Please see below a summary of amendments, with the full information listed in the respective documents and/or via clarification messages sent through the e-Sourcing portal. 1) Procurement Process/Bidder's Guidance/Condition of Participation * For Stage 1 Assessment Questions Scored Q1: Relevant Experience and Contract Examples, Bidders were required to provide one previous example contract that delivered at least 25% of the minimum Required Quantity of Sockets for each respective Lot. This requirement has now been removed and replaced with the following wording: "It is desirable that at least one of these examples is an Electric Vehicle Charging Infrastructure project of scale greater than 205 Sockets for Lots 1 and 2, 125 Sockets for Lot 3, or 100 Sockets for Lot 4. A 'project' can include multiple interlinked requirements" "Bidders can include examples outside of the UK". * The Stage One scoring methodology table has been amended to accord with the increased flexibility of these minimum requirements 2) Payment Schedule * New section detailing the Standard Annual Fee amounts payable by the Service Provider for each Lot. Information is included on inflationary provisions. * Amendments to stipulate that all upfront costs will be paid for by the Service Provider, with the only grant funding being paid at the end stage, to simplify and clarify the grant payment formula amount per socket: Capital Grant Available per Lot/Required Quantity of Sockets Bid * Information on margin cap inflationary provisions 3) Specification * Addition of Margin Cap review in the Annual Strategic Review Meeting and Margin Cap inflationary provisions * Priority 2 Defect response time changed to 72 hrs (and Performance Regime amended accordingly) 4) Terms and Conditions * Addition of Parent Company Guarantee or Bond clause, and according Schedule Stage One Conditions of Participation has therefore been extended to 24th October midday, to account for these changes
Reference
- ocds-h6vhtk-054613
- FTS 063479-2025