Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

South of Scotland Electric Vehicle Charging Delivery Partner

  • First published: 23 September 2025
  • Last modified: 23 September 2025
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-059ebb
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
23 September 2025
Deadline date:
24 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Concession notice

Section I: Contracting authority/entity

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Contact person: Ben Fulton

Telephone: +44 1315296432

E-mail: ben.fulton@edinburgh.gov.uk

NUTS: UKM75

Internet address(es)

Main address: http://www.edinburgh.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

South of Scotland Electric Vehicle Charging Delivery Partner

II.1.2) Main CPV code

65300000

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

51100000

09310000

31158000

30163000

31681500

34920000

72000000

II.2.3) Place of performance

NUTS code:

UKM72

UKM73

UKM75

UKM76

UKM78

UKM91

UKM92

II.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.

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 240

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

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 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

III.1.3) Technical and professional ability

List and brief description of selection criteria:

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 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.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/10/2025

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.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.

VI.5) Date of dispatch of this notice

22/09/2025

Coding

Commodity categories

ID Title Parent category
30163000 Charge cards Magnetic cards
31158000 Chargers Ballasts for discharge lamps or tubes
09310000 Electricity Electricity, heating, solar and nuclear energy
65300000 Electricity distribution and related services Public utilities
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
31681500 Rechargers Electrical accessories
34920000 Road equipment Miscellaneous transport equipment and spare parts

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ben.fulton@edinburgh.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.