Section one: Contracting authority/entity
one.1) Name and addresses
Reading Borough Council
Civic Offices
READING
RG1 2LU
Highways.Procurement@reading.gov.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/readingbc/aspx/Home
Additional information can be obtained from the above-mentioned address
Applications or, where applicable, tenders must be submitted electronically via
https://in-tendhost.co.uk/readingbc/aspx/Home
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement for the provision, maintenance and operation of on-street Electric Vehicle (EV) Charging Infrastructure
Reference number
RBC P 00002167
two.1.2) Main CPV code
- 51100000 - Installation services of electrical and mechanical equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Reading Borough Council (RBC) is inviting tenders from suitably qualified operators for the provision of a network of EV charging infrastructure.
It is envisaged that this network will primarily consist of at least 1,500 standard speed on-street EV chargers that utilise the existing on-street lamp column network for power where possible. Where this network is inadequate, unsuited to the requirements of the site selection process, or otherwise inappropriate for use as EV charging infrastructure, the provision of EV chargers via new or alternative electrical supply may be required.
The scope of the contract includes:
• Delivery of a full solution EV charging solution from planning, project management and sourcing, to installation and commissioning, to operation and maintenance, and finally, decommissioning
• Operation of the service will be on a concession basis, with the supplier taking on financial and operating risks, including financing capital costs and revenue.
• Delivery of a solution that is compliant with the Open Charge Point Interface (OCPI) and Open Charge Point Protocol (OCPP).
• Delivery of a solution that is compliant with PAS 1899, as far as practicable
• The operator will be required to work with Distribution Network Operators to upgrade network connections.
• The operator will be required to obtain and manage all necessary consents and licences.
This opportunity is offered on a concession basis. This means that the operator will be responsible for all financial and operational risks of this contract, including revenue generation.
RBC will be providing a limited subsidy to the preferred bidder. This subsidy is provided through the Local Electric Vehicle Infrastructure Fund (LEVI) which has been secured to support the "at-scale" adoption of EV charging infrastructure within the Borough and to encourage resident adoption of electric vehicles, particularly in areas that may not yet be commercially viable.
The contract is due to commence in October 2025 and will be for an initial period of 15 years, with the option to extend for an additional period of 12 months.
As this is a concession contract, the total value is based upon the anticipated level of revenue generated by the supplier. This is estimated to be in the region of £190,000,000 over the entire contract period, based upon:
• £766,000 of LEVI subsidy
• Estimated revenue from EV charging activities which has been calculated as an average price of £0.60 per kWh, across 1,500 on-street standard charges (averaging 5kW), utilised on average for 30% of the day, over 16 years.
However it must be noted that the total value of this contract may vary considerably, according to wholesale energy prices, EV take-up, speed of charge point roll out, availability of any additional subsidy payments, any change in the number of chargepoints installed etc.
The contract terms are provided within the documents and all bidders are advised to review these as early as possible.
As part of the concession contract, a concession fee, made up of a fixed fee and a gross profit share is required from the supplier.
The procurement will take place over 2 stages:
• Call for Expressions of Interest (supplier shortlisting) - RBC invites expressions of interest by submission of a Selection Questionnaire and supporting documentation. It is anticipated that the highest scoring 5-10 bidders from this stage will be invited to receive the Invitation to Tender, although RBC reserves the right to amend the number of bidders invited to tender where a significant discrepancy in the scores (for example between bidders ranked 4 and 5, or 11 and 12) gives RBC cause to do so to.
• Tender - shortlisted suppliers will be invited to submit tenders against RBC's requirements. If required, RBC reserves the right to invite bidders to attend an interview. Following the completion of the evaluation process, the highest-ranking bidder will be determined and awarded the contract.
two.1.5) Estimated total value
Value excluding VAT: £190,000,000
two.1.6) Information about lots
This concession is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
- 51110000 - Installation services of electrical equipment
- 63712000 - Support services for road transport
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Reading Borough Council (RBC) is inviting tenders from suitably qualified operators for the provision of a network of EV charging infrastructure.
It is envisaged that this network will primarily consist of at least 1,500 standard speed on-street EV chargers that utilise the existing on-street lamp column network for power where possible. Where this network is inadequate, unsuited to the requirements of the site selection process, or otherwise inappropriate for use as EV charging infrastructure, the provision of EV chargers via new or alternative electrical supply may be required.
The scope of the contract includes:
• Delivery of a full solution EV charging solution from planning, project management and sourcing, to installation and commissioning, to operation and maintenance, and finally, decommissioning
• Operation of the service will be on a concession basis, with the supplier taking on financial and operating risks, including financing capital costs and revenue.
• Delivery of a solution that is compliant with the Open Charge Point Interface (OCPI) and Open Charge Point Protocol (OCPP).
• Delivery of a solution that is compliant with PAS 1899, as far as practicable
• The operator will be required to work with Distribution Network Operators to upgrade network connections.
• The operator will be required to obtain and manage all necessary consents and licences.
This opportunity is offered on a concession basis. This means that the operator will be responsible for all financial and operational risks of this contract, including revenue generation.
RBC will be providing a limited subsidy to the preferred bidder. This subsidy is provided through the Local Electric Vehicle Infrastructure Fund (LEVI) which has been secured to support the "at-scale" adoption of EV charging infrastructure within the Borough and to encourage resident adoption of electric vehicles, particularly in areas that may not yet be commercially viable.
The contract is due to commence in October 2025 and will be for an initial period of 15 years, with the option to extend for an additional period of 12 months.
As this is a concession contract, the total value is based upon the anticipated level of revenue generated by the supplier. This is estimated to be in the region of £190,000,000 over the entire contract period, based upon:
• £766,000 of LEVI subsidy
• Estimated revenue from EV charging activities which has been calculated as an average price of £0.60 per kWh, across 1,500 on-street standard charges (averaging 5kW), utilised on average for 30% of the day, over 16 years.
However it must be noted that the total value of this contract may vary considerably, according to wholesale energy prices, EV take-up, speed of charge point roll out, availability of any additional subsidy payments, any change in the number of chargepoints installed etc.
The contract terms are provided within the documents and all bidders are advised to review these as early as possible.
As part of the concession contract, a concession fee, made up of a fixed fee and a gross profit share is required from the supplier.
The procurement will take place over 2 stages:
• Call for Expressions of Interest (supplier shortlisting) - RBC invites expressions of interest by submission of a Selection Questionnaire and supporting documentation. It is anticipated that the highest scoring 5-10 bidders from this stage will be invited to receive the Invitation to Tender, although RBC reserves the right to amend the number of bidders invited to tender where a significant discrepancy in the scores (for example between bidders ranked 4 and 5, or 11 and 12) gives RBC cause to do so to.
• Tender - shortlisted suppliers will be invited to submit tenders against RBC's requirements. If required, RBC reserves the right to invite bidders to attend an interview. Following the completion of the evaluation process, the highest-ranking bidder will be determined and awarded the contract. Following the completion of the evaluation process, the highest-ranking bidder will be determined and awarded the contract.
Key dates for the procurement process are as follows:
• Shortlisting - clarification deadline: 20th February 2025
• Shortlisting - submission deadline: 16:00 on 3rd March 2025
• Shortlisting - notification of outcome: 28th March 2025
• Tender - release of documents: 14th April 2025
• Tender - clarification deadline: 22nd May 2025
• Tender - submission deadline: 16:00 on 2nd June 2025
• Tender - interviews (if required): 14th - 17th July 2025
• Tender - decision letters sent: 2nd August 2025
• Tender - standstill ends: 12th August 2025
• Contract commences: 1st October 2025
two.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £190,000,000
two.2.7) Duration of the concession
Duration in months
192
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for submission of applications or receipt of tenders
Originally published as:
Date
3 March 2025
Local time
4:00pm
Changed to:
Date
17 March 2025
Local time
4:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Re-tender likely at the end of the contract - anticipated to be early 2039.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom