Decision Maker: Director of Communities, Economy and Transport
Decision status: Recommendations Approved
Is Key decision?: Yes
Is subject to call in?: Yes
In February 2023, the Office for Zero Emission
Vehicles (OZEV) announced that Local Electric Vehicle
Infrastructure (LEVI) funding would be pre-allocated to all local
authorities. The LEVI Fund had two main objectives:
• to support local authorities to deliver a step-change in the
deployment of local, on-street public charging infrastructure where
residents cannot park off street as well as help to provide an
equitable distribution of chargepoints across the county, and
• to accelerate the commercialisation of, and private
investment in local public charging infrastructure.
The receipt of the LEVI funding was subject to the submission of an
initial business case by the County Council demonstrating that the
scope of the project aligns with the funding requirements, value,
and approach to procurement.
Following submission of the Council’s LEVI business case to
OZEV in October 2023, the County Council was notified in January
2024 that the initial application had been successful. As a
consequence, East Sussex County Council was awarded the
£4.441m capital grant allocation in March 2024 and received
90% upfront with the remaining 10% held back by OZEV until
procurement and contract award is made.
The project details were agreed by Cabinet in June 2024 and the
County Council agreed to proceed with the procurement of a
chargepoint operator to support delivery. This was based on taking
forward the delivery of the project as a concession model. Running
the contract as a concession means that the project would be
contained financially and reputationally and would require no
monetary or additional operational resources from the local
authority, thereby offering a lower risk approach to the County
Council.
The County Council were informed by the Department for Transport
(DfT) at the end of January 2025 that the Council’s final
LEVI Capital Fund application met the required conditions of the
fund, the tender documents had been approved and that the Council
could proceed to tender.
The tender process was undertaken between mid-April and end June
2025. Four compliant bids were received, and each exceeding the
requirement to deliver at least 2,000 chargepoints at across 300
locations in the county. All bids also provided for the delivery of
fast and rapid chargepoints as well as a mixed provision of fast
and rapid chargers at County Hall.
Following a tender evaluation process, a preferred bidder has been
identified.
The preferred bidder will design, install, and operate the new
chargepoints under a 15- year concession agreement. They will
contribute their own investment (estimated to be in excess of
£27.5m) alongside the East Sussex LEVI funding and take full
responsibility for operation, maintenance, and customer
service.
The preferred bidder’s proposal will deliver more than 2,400
sockets at around 500 locations across the county, including a
substantial quantity of high-powered rapid chargers, as well as
chargepoints at County Hall.
Award of the East Sussex on street electric
vehicle chargepoint contract through the Crown Commercial Services
Vehicle Charging Infrastructure Solutions (VCIS) contract framework
to the preferred bidder to design, install, and operate the new
chargepoints on behalf of East Sussex County Council for a period
of 15 years.
The contract will be run as a concession model which transfers the
operational and financial risk for the chargepoints to the
operator.
Various alternative options considered in
consultation with the Communities, Economy and Transport
department’s Contracts Management Group.
Option 1 – use alternative contract framework such as
mini-competition via the Eastern Shires Purchasing Organisation
Vehicle Charging Infrastructure framework
This and other alternative frameworks do not operate in the same
way as the CCS framework and as such, the suppliers available
through the framework are set and will not change through the
lifetime of the framework. This results in the Council not having
access to as wide a range of potential suppliers as it would with
the preferred route to market.
Option 2 – Open Tender
Whilst this opens competition up to the entire market and all
interested bidders, and the process could be tailored to meet the
Council’s specific needs and requirements, it would be
incredibly time consuming and would require a much greater resource
commitment than calling off from a compliant framework.
In addition, due to the way the current preferred route to market
is structured via the CCS framework, this option would not open up
to a great deal more, if any, additional suppliers that the Council
does not currently have access to.
Option 3 – do nothing and not run a procurement exercise in
any form
This is not a feasible option as the funding has been granted and
awarded to the authority, as such, if the Council was to do nothing
then the funding would be revoked. Additionally, this contract is
deemed as being pivotal to enabling the County to work towards the
targets and goals set out in relation to the reduction of carbon
emissions across the County. Not implementing this contract would
have a serious knock-on effect to the authority’s ability to
do this.
Publication date: 08/12/2025
Date of decision: 05/12/2025
Effective from: 16/12/2025