Buyer Name: Hertfordshire County Council
Buyer Address: County Hall, Hertford, UKH23, SG13 8DQ, United Kingdom
Contact Email: strategic.procurement@hertfordshire.gov.uk
Buyer Name: Hertfordshire County Council
Buyer Address: County Hall, Hertford, UKH23, SG13 8DQ, United Kingdom
Contact Email: strategic.procurement@hertfordshire.gov.uk
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. 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 22nd 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
No linked documents found for this notice.
External Link: https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Link Description: Please either register or log in to the above web address, and then 'express interest' and 'opt in' in order to view the full set of documentation relating to this tender opportunity
External Link: https://www.find-tender.service.gov.uk/Notice/041740-2025
Link Description: Tender notice on Find a Tender
Lot Title: St Albans, Welwyn Hatfield, North Herts
Lot Description: As per the project description for St Albans, Welwyn Hatfield, North Herts
Lot LOT-0001 Status: active
Lot LOT-0001 Value: GBP 67,000,000.00
Lot LOT-0001 Value (Gross): GBP 80,400,000.00
Lot LOT-0001 Contract Start: 2025-11-07T00:00:00+00:00
Lot LOT-0001 Contract End: 2040-11-08T23:59:59+00:00
Lot LOT-0001 Award Criterion (price): Simple description
Lot Title: Three Rivers, Watford, Hertsmere, Dacorum
Lot Description: As per the project description for Three Rivers, Watford, Hertsmere, Dacorum
Lot LOT-0002 Status: active
Lot LOT-0002 Value: GBP 77,000,000.00
Lot LOT-0002 Value (Gross): GBP 92,400,000.00
Lot LOT-0002 Contract Start: 2025-11-07T00:00:00+00:00
Lot LOT-0002 Contract End: 2040-11-08T23:59:59+00:00
Lot LOT-0002 Award Criterion (price): Simple description
Lot Title: Stevenage, Broxbourne, East Herts
Lot Description: As per the project description for Stevenage, Broxbourne, East Herts
Lot LOT-0003 Status: active
Lot LOT-0003 Value: GBP 56,000,000.00
Lot LOT-0003 Value (Gross): GBP 67,200,000.00
Lot LOT-0003 Contract Start: 2025-11-07T00:00:00+00:00
Lot LOT-0003 Contract End: 2040-11-08T23:59:59+00:00
Lot LOT-0003 Award Criterion (price): Simple description
Document Description: Please either register or log in to the above web address, and then 'express interest' and 'opt in' in order to view the full set of documentation relating to this tender opportunity
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PWJT-5264-WYMY",
"name": "Hertfordshire County Council"
},
"date": "2025-07-21T15:55:21+01:00",
"id": "041740-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-054969",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Hertford",
"postalCode": "SG13 8DQ",
"region": "UKH23",
"streetAddress": "County Hall"
},
"contactPoint": {
"email": "strategic.procurement@hertfordshire.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.hertfordshire.gov.uk"
},
"id": "GB-PPON-PWJT-5264-WYMY",
"identifier": {
"id": "PWJT-5264-WYMY",
"scheme": "GB-PPON"
},
"name": "Hertfordshire County Council",
"roles": [
"buyer"
]
}
],
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2025-10-20T23:59:59+00:00"
},
"contractTerms": {
"financialTerms": "Invoices are to be submitted to the Council, in accordance with the Prices and Payment clause in the Conditions of Contract. Payment will normally be made within thirty (30) days of receipt of a correct invoice."
},
"description": "Hertfordshire County Council is currently out to procurement for the Provision of Local Electric Vehicle Charging Infrastructure\nThe 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.\nThe 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.\nThe concessionaire(s) will be procured by Hertfordshire County Council (\u0027the Council\u0027) 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: \nHertfordshire County Council (lead delivery authority)\n\u2022\tBroxbourne Borough Council\n\u2022\tDacorum Borough Council\n\u2022\tEast Hertfordshire District Council\n\u2022\tHertsmere Borough Council\n\u2022\tNorth Hertfordshire District Council\n\u2022\tSt Albans City and District Council\n\u2022\tStevenage Borough Council\n\u2022\tThree Rivers District Council\n\u2022\tWelwyn Hatfield Borough Council\n\u2022\tWatford Borough Council\nAs a Tranche 1 authority Hertfordshire has received \u00a36,015,000 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: \nCouncil 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. \n\tOff-street locations in the form of hubs on other public-owned land \n\tOn-street \u2013 including standalone bollards, hubs, lamp columns. \nThe 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.\nAssigning 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 \u2018section\u2019 of the County. \nLot Title\n1\tSt Albans, Welwyn Hatfield, North Herts\n2\tThree Rivers, Watford, Hertsmere, Dacorum\n3\tStevenage, Broxbourne, East Herts \nTenderers 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.\nTo maintain competition across the county Tenderers will be awarded a maximum of one Lot. \nTenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots.\nFull 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. \nOrganisations wishing to take part in this project are invited to \u2018express an interest\u2019 and also \u2018opt in\u2019 which will give access to the full procurement documents in the e-tendering system.\nTo be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 22nd August 2025\nPlease allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. \nPlease ensure that where possible documents are uploaded as a PDF and that file names are succinct. \nAny 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.\nTenderers 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.\nPlease note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.\nTo access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home",
"documents": [
{
"description": "Please either register or log in to the above web address, and then \u0027express interest\u0027 and \u0027opt in\u0027 in order to view the full set of documentation relating to this tender opportunity",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home"
},
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-07-21T15:55:21+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "041740-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/041740-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-07-18T12:00:00+01:00"
},
"id": "HCC2416389",
"items": [
{
"additionalClassifications": [
{
"description": "Repair, maintenance and associated services of vehicles and related equipment",
"id": "50100000",
"scheme": "CPV"
},
{
"description": "Installation of street furniture",
"id": "45233293",
"scheme": "CPV"
},
{
"description": "Energy and related services",
"id": "71314000",
"scheme": "CPV"
},
{
"description": "Installation services of electrical equipment",
"id": "51110000",
"scheme": "CPV"
},
{
"description": "Electric vehicles",
"id": "34144900",
"scheme": "CPV"
},
{
"description": "Engineering works and construction works",
"id": "45220000",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Software-related services",
"id": "72260000",
"scheme": "CPV"
}
],
"id": "LOT-0001",
"relatedLot": "LOT-0001"
},
{
"additionalClassifications": [
{
"description": "Repair, maintenance and associated services of vehicles and related equipment",
"id": "50100000",
"scheme": "CPV"
},
{
"description": "Installation of street furniture",
"id": "45233293",
"scheme": "CPV"
},
{
"description": "Energy and related services",
"id": "71314000",
"scheme": "CPV"
},
{
"description": "Installation services of electrical equipment",
"id": "51110000",
"scheme": "CPV"
},
{
"description": "Electric vehicles",
"id": "34144900",
"scheme": "CPV"
},
{
"description": "Engineering works and construction works",
"id": "45220000",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Software-related services",
"id": "72260000",
"scheme": "CPV"
}
],
"id": "LOT-0002",
"relatedLot": "LOT-0002"
},
{
"additionalClassifications": [
{
"description": "Repair, maintenance and associated services of vehicles and related equipment",
"id": "50100000",
"scheme": "CPV"
},
{
"description": "Installation of street furniture",
"id": "45233293",
"scheme": "CPV"
},
{
"description": "Energy and related services",
"id": "71314000",
"scheme": "CPV"
},
{
"description": "Installation services of electrical equipment",
"id": "51110000",
"scheme": "CPV"
},
{
"description": "Electric vehicles",
"id": "34144900",
"scheme": "CPV"
},
{
"description": "Engineering works and construction works",
"id": "45220000",
"scheme": "CPV"
},
{
"description": "Electrical installation work",
"id": "45310000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Software-related services",
"id": "72260000",
"scheme": "CPV"
}
],
"id": "LOT-0003",
"relatedLot": "LOT-0003"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria \nEvaluation Criteria\t\nMandatory Requirements (Pass/Fail)\t\t\t\t\nLots - Non-scored - Bid Form 0\nPreliminary questions\t\t\t\t\nYour Information and the Bidding Model - Non-Scored - Bid Form 1\nPart 1 Registration on FTS (CDP) and Exclusion Information\t\t\t\t\nPart 1A\t\t\t\t\nExclusion Grounds - Pass/Fail - Bid Form 2\nPart 1B\t\t\t\t\nAssociated Persons - Pass/Fail - Bid Form 3\nPart 1C\t\t\t\t\nIntended Sub-contractors - Pass/Fail - Bid Form 4\nPart 2 \u2013 Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nRelevant Experience and Contract Example: Case Study 1 (Ref: CS1) - Pass/Fail - Bid Form 6.1\nRelevant Experience and Contract Example: Case Study 2 (Ref: CS2) - Pass/Fail - Bid Form 6.1\nExplanation of how you meet selection criteria if a Case Study cannot be provided - Pass/Fail - Bid Form 6.2 (if applicable)\nIntention to Subcontract - Pass/Fail - Bid Form 6.3\nPart 2B \u2013 Additional Questions Including Project Specific Questions\t\t\t\t\nInsurance - Pass/Fail - Bid Form 7.1\nData Protection - Pass/Fail - Bid Form 7.2\nHealth and Safety - Pass/Fail - Bid Form 7.3\nRight to Work in the UK - Pass/Fail - Bid Form 8\nNon-Functional, Technical and Security Requirement Questions for Contractor-Hosted Systems - Pass/Fail - Bid Form 9\nPart 3 \u2013 Award (Award Criteria)\t\t\t\t\nTier 1 - Part 3A - Scale - 40%\t\t\t\nTier 2 - Scale - 100% - Bid Form 10 \nTier 1 - Part 3B - Quality - 60%\t\t\t\nTier 2 - Delivering the Contract - 20% - Bid Form 11\nTier 2 - Site Assessment, Design, Installation and Commissioning Process - 20% - Bid Form 12\nTier 2 - Maintenance, Customer Service and Reporting process - 20% - Bid Form 13\nTier 2 - Tariff management - 20% - Bid Form 14\nTier 2 - Technology and Future Proofing the Network process - 10% - Bid Form 15\nTier 2 - Technical Competence Requirements - 10% - Bid Form 16",
"name": "Simple description",
"type": "price"
}
],
"weightingDescription": "Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria \nEvaluation Criteria\t\nMandatory Requirements (Pass/Fail)\t\t\t\t\nLots - Non-scored - Bid Form 0\nPreliminary questions\t\t\t\t\nYour Information and the Bidding Model - Non-Scored - Bid Form 1\nPart 1 Registration on FTS (CDP) and Exclusion Information\t\t\t\t\nPart 1A\t\t\t\t\nExclusion Grounds - Pass/Fail - Bid Form 2\nPart 1B\t\t\t\t\nAssociated Persons - Pass/Fail - Bid Form 3\nPart 1C\t\t\t\t\nIntended Sub-contractors - Pass/Fail - Bid Form 4\nPart 2 \u2013 Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nRelevant Experience and Contract Example: Case Study 1 (Ref: CS1) - Pass/Fail - Bid Form 6.1\nRelevant Experience and Contract Example: Case Study 2 (Ref: CS2) - Pass/Fail - Bid Form 6.1\nExplanation of how you meet selection criteria if a Case Study cannot be provided - Pass/Fail - Bid Form 6.2 (if applicable)\nIntention to Subcontract - Pass/Fail - Bid Form 6.3\nPart 2B \u2013 Additional Questions Including Project Specific Questions\t\t\t\t\nInsurance - Pass/Fail - Bid Form 7.1\nData Protection - Pass/Fail - Bid Form 7.2\nHealth and Safety - Pass/Fail - Bid Form 7.3\nRight to Work in the UK - Pass/Fail - Bid Form 8\nNon-Functional, Technical and Security Requirement Questions for Contractor-Hosted Systems - Pass/Fail - Bid Form 9\nPart 3 \u2013 Award (Award Criteria)\t\t\t\t\nTier 1 - Part 3A - Scale - 40%\t\t\t\nTier 2 - Scale - 100% - Bid Form 10 \nTier 1 - Part 3B - Quality - 60%\t\t\t\nTier 2 - Delivering the Contract - 20% - Bid Form 11\nTier 2 - Site Assessment, Design, Installation and Commissioning Process - 20% - Bid Form 12\nTier 2 - Maintenance, Customer Service and Reporting process - 20% - Bid Form 13\nTier 2 - Tariff management - 20% - Bid Form 14\nTier 2 - Technology and Future Proofing the Network process - 10% - Bid Form 15\nTier 2 - Technical Competence Requirements - 10% - Bid Form 16"
},
"contractPeriod": {
"endDate": "2040-11-08T23:59:59+00:00",
"maxExtentDate": "2041-11-08T23:59:59+00:00",
"startDate": "2025-11-07T00:00:00+00:00"
},
"description": "As per the project description for St Albans, Welwyn Hatfield, North Herts",
"hasRenewal": true,
"id": "LOT-0001",
"renewal": {
"description": "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"
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Instructions to Tenderers document",
"type": "economic"
},
{
"description": "Please refer to the Instructions to Tenderers document",
"type": "technical"
}
]
},
"status": "active",
"title": "St Albans, Welwyn Hatfield, North Herts",
"value": {
"amount": 67000000.0,
"amountGross": 80400000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria \nEvaluation Criteria\t\nMandatory Requirements (Pass/Fail)\t\t\t\t\nLots - Non-scored - Bid Form 0\nPreliminary questions\t\t\t\t\nYour Information and the Bidding Model - Non-Scored - Bid Form 1\nPart 1 Registration on FTS (CDP) and Exclusion Information\t\t\t\t\nPart 1A\t\t\t\t\nExclusion Grounds - Pass/Fail - Bid Form 2\nPart 1B\t\t\t\t\nAssociated Persons - Pass/Fail - Bid Form 3\nPart 1C\t\t\t\t\nIntended Sub-contractors - Pass/Fail - Bid Form 4\nPart 2 \u2013 Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nRelevant Experience and Contract Example: Case Study 1 (Ref: CS1) - Pass/Fail - Bid Form 6.1\nRelevant Experience and Contract Example: Case Study 2 (Ref: CS2) - Pass/Fail - Bid Form 6.1\nExplanation of how you meet selection criteria if a Case Study cannot be provided - Pass/Fail - Bid Form 6.2 (if applicable)\nIntention to Subcontract - Pass/Fail - Bid Form 6.3\nPart 2B \u2013 Additional Questions Including Project Specific Questions\t\t\t\t\nInsurance - Pass/Fail - Bid Form 7.1\nData Protection - Pass/Fail - Bid Form 7.2\nHealth and Safety - Pass/Fail - Bid Form 7.3\nRight to Work in the UK - Pass/Fail - Bid Form 8\nNon-Functional, Technical and Security Requirement Questions for Contractor-Hosted Systems - Pass/Fail - Bid Form 9\nPart 3 \u2013 Award (Award Criteria)\t\t\t\t\nTier 1 - Part 3A - Scale - 40%\t\t\t\nTier 2 - Scale - 100% - Bid Form 10 \nTier 1 - Part 3B - Quality - 60%\t\t\t\nTier 2 - Delivering the Contract - 20% - Bid Form 11\nTier 2 - Site Assessment, Design, Installation and Commissioning Process - 20% - Bid Form 12\nTier 2 - Maintenance, Customer Service and Reporting process - 20% - Bid Form 13\nTier 2 - Tariff management - 20% - Bid Form 14\nTier 2 - Technology and Future Proofing the Network process - 10% - Bid Form 15\nTier 2 - Technical Competence Requirements - 10% - Bid Form 16",
"name": "Simple description",
"type": "price"
}
],
"weightingDescription": "Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria \nEvaluation Criteria\t\nMandatory Requirements (Pass/Fail)\t\t\t\t\nLots - Non-scored - Bid Form 0\nPreliminary questions\t\t\t\t\nYour Information and the Bidding Model - Non-Scored - Bid Form 1\nPart 1 Registration on FTS (CDP) and Exclusion Information\t\t\t\t\nPart 1A\t\t\t\t\nExclusion Grounds - Pass/Fail - Bid Form 2\nPart 1B\t\t\t\t\nAssociated Persons - Pass/Fail - Bid Form 3\nPart 1C\t\t\t\t\nIntended Sub-contractors - Pass/Fail - Bid Form 4\nPart 2 \u2013 Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nRelevant Experience and Contract Example: Case Study 1 (Ref: CS1) - Pass/Fail - Bid Form 6.1\nRelevant Experience and Contract Example: Case Study 2 (Ref: CS2) - Pass/Fail - Bid Form 6.1\nExplanation of how you meet selection criteria if a Case Study cannot be provided - Pass/Fail - Bid Form 6.2 (if applicable)\nIntention to Subcontract - Pass/Fail - Bid Form 6.3\nPart 2B \u2013 Additional Questions Including Project Specific Questions\t\t\t\t\nInsurance - Pass/Fail - Bid Form 7.1\nData Protection - Pass/Fail - Bid Form 7.2\nHealth and Safety - Pass/Fail - Bid Form 7.3\nRight to Work in the UK - Pass/Fail - Bid Form 8\nNon-Functional, Technical and Security Requirement Questions for Contractor-Hosted Systems - Pass/Fail - Bid Form 9\nPart 3 \u2013 Award (Award Criteria)\t\t\t\t\nTier 1 - Part 3A - Scale - 40%\t\t\t\nTier 2 - Scale - 100% - Bid Form 10 \nTier 1 - Part 3B - Quality - 60%\t\t\t\nTier 2 - Delivering the Contract - 20% - Bid Form 11\nTier 2 - Site Assessment, Design, Installation and Commissioning Process - 20% - Bid Form 12\nTier 2 - Maintenance, Customer Service and Reporting process - 20% - Bid Form 13\nTier 2 - Tariff management - 20% - Bid Form 14\nTier 2 - Technology and Future Proofing the Network process - 10% - Bid Form 15\nTier 2 - Technical Competence Requirements - 10% - Bid Form 16"
},
"contractPeriod": {
"endDate": "2040-11-08T23:59:59+00:00",
"maxExtentDate": "2041-11-08T23:59:59+00:00",
"startDate": "2025-11-07T00:00:00+00:00"
},
"description": "As per the project description for Three Rivers, Watford, Hertsmere, Dacorum",
"hasRenewal": true,
"id": "LOT-0002",
"renewal": {
"description": "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"
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Instructions to Tenderers document",
"type": "economic"
},
{
"description": "Please refer to the Instructions to Tenderers document",
"type": "technical"
}
]
},
"status": "active",
"title": "Three Rivers, Watford, Hertsmere, Dacorum",
"value": {
"amount": 77000000.0,
"amountGross": 92400000.0,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria \nEvaluation Criteria\t\nMandatory Requirements (Pass/Fail)\t\t\t\t\nLots - Non-scored - Bid Form 0\nPreliminary questions\t\t\t\t\nYour Information and the Bidding Model - Non-Scored - Bid Form 1\nPart 1 Registration on FTS (CDP) and Exclusion Information\t\t\t\t\nPart 1A\t\t\t\t\nExclusion Grounds - Pass/Fail - Bid Form 2\nPart 1B\t\t\t\t\nAssociated Persons - Pass/Fail - Bid Form 3\nPart 1C\t\t\t\t\nIntended Sub-contractors - Pass/Fail - Bid Form 4\nPart 2 \u2013 Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nRelevant Experience and Contract Example: Case Study 1 (Ref: CS1) - Pass/Fail - Bid Form 6.1\nRelevant Experience and Contract Example: Case Study 2 (Ref: CS2) - Pass/Fail - Bid Form 6.1\nExplanation of how you meet selection criteria if a Case Study cannot be provided - Pass/Fail - Bid Form 6.2 (if applicable)\nIntention to Subcontract - Pass/Fail - Bid Form 6.3\nPart 2B \u2013 Additional Questions Including Project Specific Questions\t\t\t\t\nInsurance - Pass/Fail - Bid Form 7.1\nData Protection - Pass/Fail - Bid Form 7.2\nHealth and Safety - Pass/Fail - Bid Form 7.3\nRight to Work in the UK - Pass/Fail - Bid Form 8\nNon-Functional, Technical and Security Requirement Questions for Contractor-Hosted Systems - Pass/Fail - Bid Form 9\nPart 3 \u2013 Award (Award Criteria)\t\t\t\t\nTier 1 - Part 3A - Scale - 40%\t\t\t\nTier 2 - Scale - 100% - Bid Form 10 \nTier 1 - Part 3B - Quality - 60%\t\t\t\nTier 2 - Delivering the Contract - 20% - Bid Form 11\nTier 2 - Site Assessment, Design, Installation and Commissioning Process - 20% - Bid Form 12\nTier 2 - Maintenance, Customer Service and Reporting process - 20% - Bid Form 13\nTier 2 - Tariff management - 20% - Bid Form 14\nTier 2 - Technology and Future Proofing the Network process - 10% - Bid Form 15\nTier 2 - Technical Competence Requirements - 10% - Bid Form 16",
"name": "Simple description",
"type": "price"
}
],
"weightingDescription": "Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria \nEvaluation Criteria\t\nMandatory Requirements (Pass/Fail)\t\t\t\t\nLots - Non-scored - Bid Form 0\nPreliminary questions\t\t\t\t\nYour Information and the Bidding Model - Non-Scored - Bid Form 1\nPart 1 Registration on FTS (CDP) and Exclusion Information\t\t\t\t\nPart 1A\t\t\t\t\nExclusion Grounds - Pass/Fail - Bid Form 2\nPart 1B\t\t\t\t\nAssociated Persons - Pass/Fail - Bid Form 3\nPart 1C\t\t\t\t\nIntended Sub-contractors - Pass/Fail - Bid Form 4\nPart 2 \u2013 Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nRelevant Experience and Contract Example: Case Study 1 (Ref: CS1) - Pass/Fail - Bid Form 6.1\nRelevant Experience and Contract Example: Case Study 2 (Ref: CS2) - Pass/Fail - Bid Form 6.1\nExplanation of how you meet selection criteria if a Case Study cannot be provided - Pass/Fail - Bid Form 6.2 (if applicable)\nIntention to Subcontract - Pass/Fail - Bid Form 6.3\nPart 2B \u2013 Additional Questions Including Project Specific Questions\t\t\t\t\nInsurance - Pass/Fail - Bid Form 7.1\nData Protection - Pass/Fail - Bid Form 7.2\nHealth and Safety - Pass/Fail - Bid Form 7.3\nRight to Work in the UK - Pass/Fail - Bid Form 8\nNon-Functional, Technical and Security Requirement Questions for Contractor-Hosted Systems - Pass/Fail - Bid Form 9\nPart 3 \u2013 Award (Award Criteria)\t\t\t\t\nTier 1 - Part 3A - Scale - 40%\t\t\t\nTier 2 - Scale - 100% - Bid Form 10 \nTier 1 - Part 3B - Quality - 60%\t\t\t\nTier 2 - Delivering the Contract - 20% - Bid Form 11\nTier 2 - Site Assessment, Design, Installation and Commissioning Process - 20% - Bid Form 12\nTier 2 - Maintenance, Customer Service and Reporting process - 20% - Bid Form 13\nTier 2 - Tariff management - 20% - Bid Form 14\nTier 2 - Technology and Future Proofing the Network process - 10% - Bid Form 15\nTier 2 - Technical Competence Requirements - 10% - Bid Form 16"
},
"contractPeriod": {
"endDate": "2040-11-08T23:59:59+00:00",
"maxExtentDate": "2041-11-08T23:59:59+00:00",
"startDate": "2025-11-07T00:00:00+00:00"
},
"description": "As per the project description for Stevenage, Broxbourne, East Herts",
"hasRenewal": true,
"id": "LOT-0003",
"renewal": {
"description": "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"
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the Instructions to Tenderers document",
"type": "economic"
},
{
"description": "Please refer to the Instructions to Tenderers document",
"type": "technical"
}
]
},
"status": "active",
"title": "Stevenage, Broxbourne, East Herts ",
"value": {
"amount": 56000000.0,
"amountGross": 67200000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"riskDetails": "The Council reserves the right to remove any of the Districts or Boroughs listed in the Project Description and Instructions to Tenderers documents, this will mean removing their name/involvement/spend and the off-street locations in their areas \nThe Contract will be based on the Council\u2019s standard terms. There are no known immediate risks to performance during the initial term of this contract. However, a key strategic risk relates to potential future policy changes surrounding devolution and governance arrangements. Such changes could directly affect the structure, scope, or continuation of the contract beyond the fixed term. While no decisions have been made at this stage, the contracting authority is actively monitoring the evolving landscape. Suppliers should be aware that any resulting implications will be managed in accordance with applicable legislation and clear communication will be provided should any material change arise. Such changes will be agreed between both parties in writing with a variation.",
"specialRegime": [
"concession"
],
"status": "active",
"submissionMethodDetails": "https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-08-22T12:00:00+01:00"
},
"title": "HCC - 06/25 - Provision of Local Electric Vehicle Charging Infrastructure",
"value": {
"amount": 200000000.0,
"amountGross": 240000000.0,
"currency": "GBP"
}
}
}