Tender

Procurement for the provision, maintenance and operation of on-street Electric Vehicle (EV) Charging Infrastructure

READING BOROUGH COUNCIL

This public procurement record has 2 releases in its history.

TenderUpdate

04 Mar 2025 at 17:09

Tender

30 Jan 2025 at 16:25

Summary of the contracting process

Reading Borough Council (RBC) is seeking suitably qualified operators for the provision, maintenance, and operation of on-street Electric Vehicle (EV) Charging Infrastructure. This tender, classified under installation services of electrical and mechanical equipment (CPV code 51100000), primarily focuses on services in the Borough of Reading, UKJ11 region. The procurement process is currently in the tender stage, where RBC invites expressions of interest by the submission deadline of 16:00 on 17th March 2025. The contract is set to commence on 1st October 2025 for an initial period of 15 years, with a potential extension of an additional 12 months. Key procurement dates include the release of tender documents on 14th April 2025, with subsequent evaluation stages culminating in contract commencement.

Businesses specialising in EV charging infrastructure, electrical equipment installation, and project management can significantly benefit from this initiative. The contract, with an estimated total value of £190,000,000, offers substantial growth opportunities through revenue generation from EV charging activities, backed by a £766,000 subsidy from the Local Electric Vehicle Infrastructure Fund (LEVI). This concession contract, where the chosen supplier will shoulder financial and operational risks, suits businesses with strong operational capabilities and experience in handling large-scale infrastructure projects. The project promises extensive engagement in upgrades and installation, fostering long-term business growth and contributing to the increasing demand for electric vehicle infrastructure.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Procurement for the provision, maintenance and operation of on-street Electric Vehicle (EV) Charging Infrastructure

Notice 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 PS190,000,000 over the entire contract period, based upon: * PS766,000 of LEVI subsidy * Estimated revenue from EV charging activities which has been calculated as an average price of PS0.60 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.

Lot Information

Lot 1

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 PS190,000,000 over the entire contract period, based upon: * PS766,000 of LEVI subsidy * Estimated revenue from EV charging activities which has been calculated as an average price of PS0.60 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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04d782
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007923-2025
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

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

51 - Installation services (except software)

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

31158000 - Chargers

51100000 - Installation services of electrical and mechanical equipment

51110000 - Installation services of electrical equipment

63712000 - Support services for road transport

Notice Value(s)

Tender Value
£190,000,000 £100M-£1B
Lots Value
£190,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Mar 202511 months ago
Submission Deadline
3 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Re-tender likely at the end of the contract - anticipated to be early 2039.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
READING BOROUGH COUNCIL
Contact Name
Not specified
Contact Email
highways.procurement@reading.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 2LU
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLJ11 Berkshire

Local Authority
Reading
Electoral Ward
Abbey
Westminster Constituency
Reading Central

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-04d782-2025-03-04T17:09:58Z",
    "date": "2025-03-04T17:09:58Z",
    "ocid": "ocds-h6vhtk-04d782",
    "initiationType": "tender",
    "tender": {
        "id": "RBC P 00002167",
        "legalBasis": {
            "id": "32014L0023",
            "scheme": "CELEX"
        },
        "title": "Procurement for the provision, maintenance and operation of on-street Electric Vehicle (EV) Charging Infrastructure",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "51100000",
            "description": "Installation services of electrical and mechanical equipment"
        },
        "mainProcurementCategory": "services",
        "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 PS190,000,000 over the entire contract period, based upon: * PS766,000 of LEVI subsidy * Estimated revenue from EV charging activities which has been calculated as an average price of PS0.60 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.",
        "value": {
            "amount": 190000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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 PS190,000,000 over the entire contract period, based upon: * PS766,000 of LEVI subsidy * Estimated revenue from EV charging activities which has been calculated as an average price of PS0.60 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",
                "value": {
                    "amount": 190000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 5760
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ11"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/readingbc/aspx/Home",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "tenderPeriod": {
            "endDate": "2025-03-03T16:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Re-tender likely at the end of the contract - anticipated to be early 2039."
        },
        "amendments": [
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "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 PS190,000,000 over the entire contract period, based upon: * PS766,000 of LEVI subsidy * Estimated revenue from EV charging activities which has been calculated as an average price of PS0.60 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. 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"
                        },
                        "newValue": {
                            "text": "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 PS190,000,000 over the entire contract period, based upon: * PS766,000 of LEVI subsidy * Estimated revenue from EV charging activities which has been calculated as an average price of PS0.60 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. Key dates for the procurement process are as follows: * Shortlisting - clarification deadline: 6th March 2025 * Shortlisting - submission deadline: 16:00 on 17th March 2025 * Shortlisting - notification of outcome: 7th April 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"
                        },
                        "where": {
                            "section": "II.2.4",
                            "label": "Description of the procurement"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-03-03T16:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-03-17T16:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit for submission of applications or receipt of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-136684",
            "name": "Reading Borough Council",
            "identifier": {
                "legalName": "Reading Borough Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Civic Offices",
                "locality": "READING",
                "region": "UKJ11",
                "postalCode": "RG1 2LU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Highways.Procurement@reading.gov.uk",
                "url": "https://in-tendhost.co.uk/readingbc/aspx/Home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.reading.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-537",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.justice.co.uk"
            }
        },
        {
            "id": "GB-FTS-1954",
            "name": "The Cabinet Office",
            "identifier": {
                "legalName": "The Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/cabinet-office"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-136684",
        "name": "Reading Borough Council"
    },
    "language": "en"
}