Tender

South of Scotland Electric Vehicle Charging Delivery Partner

THE CITY OF EDINBURGH COUNCIL

This public procurement record has 1 release in its history.

Tender

22 Sep 2025 at 09:10

Summary of the contracting process

The City of Edinburgh Council is leading an active tender process titled "South of Scotland Electric Vehicle Charging Delivery Partner," classified under Electric Distribution Services (CPV: 65300000). This initiative aims to operate, maintain, and expand the electric vehicle (EV) charging network across eight local authorities in Scotland, including Edinburgh, Midlothian, and Fife. The concession contract, set for a term of 15 years with a potential extension of 5 years, involves migrating existing ChargePlace Scotland assets to a new system and adding approximately 1,800 charge points by 2030. Community benefits are sought as part of the contract requirements, which will be elaborated to shortlisted tenderers. The procurement stage is currently in the tender phase, with a submission deadline set for 24th October 2025. The procurement method involves an initial shortlist of five operators through an SPD submission, followed by proposal development and full tender submissions. The tender involves electronic submissions through the designated platform.

This opportunity has substantial potential for business growth, especially for companies experienced in electrical and mechanical installation services, electricity distribution, or IT consulting sectors. Firms able to provide diverse charging solutions and possessing ISO27001 or Cyber Essentials accreditations are particularly well-suited. Additionally, businesses with a robust financial standing, meeting criteria such as a GBP 400,000 turnover and specific insurance levels, may find this tender aligns with their strategic objectives. The engagement also presents possibilities for involvement in expanding Scotland’s EV infrastructure, leading to long-term commercial partnerships and contributions to sustainable energy solutions. Furthermore, adopting environmental management measures, including the provision of renewable energy, enhances the contractor's offerings in alignment with government goals.

How relevant is this notice?

Notice Information

Notice Title

South of Scotland Electric Vehicle Charging Delivery Partner

Notice 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.

Lot Information

Lot 1

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.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059ebb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/058363-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

30 - Office and computing machinery, equipment and supplies except furniture and software packages

31 - Electrical machinery, apparatus, equipment and consumables; lighting

34 - Transport equipment and auxiliary products to transportation

51 - Installation services (except software)

65 - Public utilities

72 - IT services: consulting, software development, Internet and support


CPV Codes

09310000 - Electricity

30163000 - Charge cards

31158000 - Chargers

31681500 - Rechargers

34920000 - Road equipment

51100000 - Installation services of electrical and mechanical equipment

65300000 - Electricity distribution and related services

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Sep 20252 months ago
Submission Deadline
24 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
THE CITY OF EDINBURGH COUNCIL
Contact Name
Ben Fulton
Contact Email
ben.fulton@edinburgh.gov.uk
Contact Phone
+44 1315296432

Buyer Location

Locality
EDINBURGH
Postcode
EH8 8BG
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM72 Clackmannanshire and Fife, TLM73 East Lothian and Midlothian, TLM75 City of Edinburgh, TLM76 Falkirk, TLM78 West Lothian, TLM91 Scottish Borders, TLM92 Dumfries and Galloway

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059ebb-2025-09-22T10:10:05+01:00",
    "date": "2025-09-22T10:10:05+01:00",
    "ocid": "ocds-h6vhtk-059ebb",
    "description": "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)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-059ebb",
        "legalBasis": {
            "id": "32014L0023",
            "scheme": "CELEX"
        },
        "title": "South of Scotland Electric Vehicle Charging Delivery Partner",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "65300000",
            "description": "Electricity distribution and related services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 7200
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09310000",
                        "description": "Electricity"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30163000",
                        "description": "Charge cards"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31681500",
                        "description": "Rechargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34920000",
                        "description": "Road equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM72"
                    },
                    {
                        "region": "UKM73"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM76"
                    },
                    {
                        "region": "UKM78"
                    },
                    {
                        "region": "UKM91"
                    },
                    {
                        "region": "UKM92"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-24T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-346",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ben Fulton",
                "telephone": "+44 1315296432",
                "email": "ben.fulton@edinburgh.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.edinburgh.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-19221",
            "name": "Sheriff Court",
            "identifier": {
                "legalName": "Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-346",
        "name": "The City of Edinburgh Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000804568"
        }
    ],
    "language": "en"
}