Award

On Street EV Rapid Chargers

WESTMINSTER CITY COUNCIL

This public procurement record has 3 releases in its history.

Award

11 Feb 2026 at 16:47

Tender

23 Sep 2025 at 13:52

Planning

03 Mar 2025 at 16:14

Summary of the contracting process

Westminster City Council is executing a public procurement process titled "On Street EV Rapid Chargers" under the Open Contracting Data Standard. The focus is on the installation of 30 new Electric Vehicle DC Rapid Charge Points in London, primarily within Westminster. This procurement involves awarding contracts through an open procedure to the two highest-scoring bidders, with an 18:12 site split, including installation of 100kW units for the first time. This project, which aligned with London’s climate goals of net zero by 2030, will expand Westminster’s rapid charger network and complement the existing slow and fast EV chargers. The process is at the award stage, pending as of 9th February 2026, with a standstill period ending on 20th February 2026, and the contract period spanning from March 2026 to March 2036, under a concession regime. The procurement's legal basis, as per UKPGA 2023/54, and its participation through electronic submissions are outlined for interested parties.

This tender presents substantial opportunities for firms specializing in electric vehicle infrastructure and energy solutions to thrive in a progressive and environmentally focused market. Businesses involved in the supply and management of EV charging infrastructure, including SMEs, will find this tender suitable for growth due to its open procurement method and significant attention to technical quality and price scoring criteria. The contracts require a robust operation and maintenance service, including cyclical maintenance and customer support interfaces, thus appealing to companies offering comprehensive EV solutions and services in the UK automotive and green technology sectors. This procurement process, initiated by Westminster City Council, seeks partners committed to enhancing London's EV charging capabilities and contributing to its clean air initiatives.

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

On Street EV Rapid Chargers

Notice Description

WCC are looking to procure concessions contracts for the installation of 30 new Electric Vehicle (EV) DC Rapid Charge Points on the public highway in Westminster where WCC will be responsible for enabling all sites. We propose to award contracts to the two highest scoring bidders on a 18:12 split of the sites and this will include 5 higher powered 100kw units (the rest being rated at 50kW) being installed for the first time on the Westminster public highway. There is at present an excellent provision of slow (lamp column powered) and fast (7-22kW standalone units) in Westminster and the aim of this procurement is to support these with a significant uplift in our rapid charger network. There is a shortfall of Rapid EV chargers across Westminster, and we have a commitment to provide a mixture of charging types to help the different EV users, at a reasonable cost. This supports not only Westminster's climate goals and clean air ambitions but also London's as a whole, with the shared targets for reaching net zero carbon by 2030. The contracts will provide for the installation, operation and management of DC Rapid Chargers in on-street locations and the programme will effectively double the council's Rapid Charger portfolio from 32 to 62 units. The scope is for the installation, operation and management of a rapid charger service to allow customers to purchase electricity for their vehicles through networks. The supplier is required to: 1. Ensure the continuous supply of electricity to the charge points via the purchase of this on the wholesale market. 2. Maximise the availability of the charge points to provide an all year-round service at every charge point. 3. Carry out regular cyclical maintenance and address any faulty or damaged infrastructure in line with the requirements of the specification. 4. Ensure customers can use each charge point via a range of payment options with the offer of 'menu pricing' for some customer groups (residents, taxis, business fleets etc). 5. Provide a customer interface, including a mobile app through which they can make payment for their charge, and full back-office support, including the provision of an all year-round customer support helpline through which any issues or faults can be reported.

Lot Information

Lot 1

Renewal: Extensions will be subject to succesful operational performance of contract delivery (including KPIs) and a maximum term of 10 years, 2 5 year periods.

Planning Information

Westminster City Council is looking to deliver up to 30 (Thirty) DC EV Rapid Charge Points within the borough with the award of a concessionary contract. These sites will consist entirely of on-street locations and our plan is to procure a contract that will deliver at least twenty-five 50kW output chargers with the potential, if site conditions allow, for up to 5 higher powered 100-150kW units. The Council will undertake a programme where the Rapid Charger sites which have been enabled by the Council’s own highways service provider, including the dedicated charging bays and signs. A Request For Information (RFI) is available to complete for interested organisations. To take part in the market engagement exercise, interested organisations should complete the RFI document which is available on the councils e-procurement tool ("Jaggaer"), reference SQ_30079 - On Street EV Rapid Chargers (Request For Information), and the link to Jaggaer can be found here: https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst?VISITORID=4a0544d5-013a-4429-ae33-6f6aa52d8650&_ncp=1722428316887.988243-1. Please copy and paste onto your browser. Further information can be found on the councils website here: https://www.westminster.gov.uk/about-council/procurement/our-esourcing-and-contract-management-solution. This questionnaire will not form part of the formal procurement process. All responses are to be submitted via Jaggaer (online procurement portal ref: SQ_30079 - On Street EV Rapid Chargers (Request For Information) no later than Midday (12:00 hrs (GMT)) on Tuesday 18th March 2025. The deadline for submitting clarification questions will be 12:00hrs Thursday 13th March 2025. Our expectation is that a procurement will follow on conclusion of the market engagement exercise. It is to be noted that a UK3 - Planned Procurement Notice relating to the above has also been issued.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e912
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012599-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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

45 - Construction work

50 - Repair and maintenance services


CPV Codes

31158000 - Chargers

45233141 - Road-maintenance works

50100000 - Repair, maintenance and associated services of vehicles and related equipment

Notice Value(s)

Tender Value
£27,500,000 £10M-£100M
Lots Value
£27,500,000 £10M-£100M
Awards Value
£26,700,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
11 Feb 20261 weeks ago
Submission Deadline
23 Oct 2025Expired
Future Notice Date
1 May 2025Expired
Award Date
9 Feb 20262 weeks ago
Contract Period
2 Mar 2026 - 1 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Contact Name
Not specified
Contact Email
procurementteammailbox@westminster.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1E 6QP
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI32 Westminster

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
2
Supplier Names

BELIEV

TOTALENERGIES CHARGING SOLUTIONS

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-04e912-2026-02-11T16:47:04Z",
    "date": "2026-02-11T16:47:04Z",
    "ocid": "ocds-h6vhtk-04e912",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJVD-6261-BPPJ",
            "name": "Westminster City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJVD-6261-BPPJ"
            },
            "address": {
                "streetAddress": "64 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6QP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "procurementteammailbox@westminster.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westminster.gov.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-08803842",
            "name": "TotalEnergies Charging Solutions UK Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08803842"
            },
            "address": {
                "streetAddress": "10, Upper Bank Street (19th Floor)",
                "locality": "London",
                "postalCode": "E14 5BF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "nicolas.garnier@totalenergies.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-12231122",
            "name": "Believ Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "12231122"
            },
            "address": {
                "streetAddress": "3 Valentine Place",
                "locality": "London",
                "postalCode": "SE1 8QH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "email": "tenders@believ.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-13884472",
            "name": "Solnet Consultants Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "13884472"
            },
            "address": {
                "streetAddress": "Unit 4 Modular Business Park",
                "locality": "Stevenage",
                "postalCode": "SG1 2FZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH23"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-13383115",
            "name": "Wenea Services UK Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "13383115"
            },
            "address": {
                "streetAddress": "International House, 1 St Katharine's Way",
                "locality": "London",
                "postalCode": "E1W 1YL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJVD-6261-BPPJ",
        "name": "Westminster City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Westminster City Council is looking to deliver up to 30 (Thirty) DC EV Rapid Charge Points within the borough with the award of a concessionary contract. These sites will consist entirely of on-street locations and our plan is to procure a contract that will deliver at least twenty-five 50kW output chargers with the potential, if site conditions allow, for up to 5 higher powered 100-150kW units. The Council will undertake a programme where the Rapid Charger sites which have been enabled by the Council's own highways service provider, including the dedicated charging bays and signs. A Request For Information (RFI) is available to complete for interested organisations. To take part in the market engagement exercise, interested organisations should complete the RFI document which is available on the councils e-procurement tool (\"Jaggaer\"), reference SQ_30079 - On Street EV Rapid Chargers (Request For Information), and the link to Jaggaer can be found here: https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst?VISITORID=4a0544d5-013a-4429-ae33-6f6aa52d8650&_ncp=1722428316887.988243-1. Please copy and paste onto your browser. Further information can be found on the councils website here: https://www.westminster.gov.uk/about-council/procurement/our-esourcing-and-contract-management-solution. This questionnaire will not form part of the formal procurement process. All responses are to be submitted via Jaggaer (online procurement portal ref: SQ_30079 - On Street EV Rapid Chargers (Request For Information) no later than Midday (12:00 hrs (GMT)) on Tuesday 18th March 2025. The deadline for submitting clarification questions will be 12:00hrs Thursday 13th March 2025. Our expectation is that a procurement will follow on conclusion of the market engagement exercise. It is to be noted that a UK3 - Planned Procurement Notice relating to the above has also been issued.",
                "dueDate": "2025-03-18T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "007708-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007708-2025",
                "datePublished": "2025-03-03T16:14:52Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "PRJ_30410 On Street EV Rapid Chargers",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "On Street EV Rapid Chargers",
        "description": "WCC are looking to procure concessions contracts for the installation of 30 new Electric Vehicle (EV) DC Rapid Charge Points on the public highway in Westminster where WCC will be responsible for enabling all sites. We propose to award contracts to the two highest scoring bidders on a 18:12 split of the sites and this will include 5 higher powered 100kw units (the rest being rated at 50kW) being installed for the first time on the Westminster public highway. There is at present an excellent provision of slow (lamp column powered) and fast (7-22kW standalone units) in Westminster and the aim of this procurement is to support these with a significant uplift in our rapid charger network. There is a shortfall of Rapid EV chargers across Westminster, and we have a commitment to provide a mixture of charging types to help the different EV users, at a reasonable cost. This supports not only Westminster's climate goals and clean air ambitions but also London's as a whole, with the shared targets for reaching net zero carbon by 2030. The contracts will provide for the installation, operation and management of DC Rapid Chargers in on-street locations and the programme will effectively double the council's Rapid Charger portfolio from 32 to 62 units. The scope is for the installation, operation and management of a rapid charger service to allow customers to purchase electricity for their vehicles through networks. The supplier is required to: 1. Ensure the continuous supply of electricity to the charge points via the purchase of this on the wholesale market. 2. Maximise the availability of the charge points to provide an all year-round service at every charge point. 3. Carry out regular cyclical maintenance and address any faulty or damaged infrastructure in line with the requirements of the specification. 4. Ensure customers can use each charge point via a range of payment options with the offer of 'menu pricing' for some customer groups (residents, taxis, business fleets etc). 5. Provide a customer interface, including a mobile app through which they can make payment for their charge, and full back-office support, including the provision of an all year-round customer support helpline through which any issues or faults can be reported.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 32999994,
            "amount": 27500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-02T00:00:00+00:00",
                    "endDate": "2031-02-01T23:59:59+00:00",
                    "maxExtentDate": "2041-02-01T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 32999994,
                    "amount": 27500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality)",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price)",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "renewal": {
                    "description": "Extensions will be subject to succesful operational performance of contract delivery (including KPIs) and a maximum term of 10 years, 2 5 year periods."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-01T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-23T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-08T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-12-15T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "058945-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/058945-2025",
                "datePublished": "2025-09-23T14:52:15+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-13884472",
                        "name": "Solnet Consultants Limited"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-13383115",
                        "name": "Wenea Services UK Limited"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "3",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-08803842",
                        "name": "TotalEnergies Charging Solutions UK Limited"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "4",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-12231122",
                        "name": "Believ Limited"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2026-02-09T00:00:00+00:00",
            "value": {
                "amountGross": 26700000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "works",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-08803842",
                    "name": "TotalEnergies Charging Solutions UK Limited"
                },
                {
                    "id": "GB-COH-12231122",
                    "name": "Believ Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "45233141",
                            "description": "Road-maintenance works"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-20T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-03-02T00:00:00+00:00",
                "endDate": "2031-03-01T23:59:59+00:00",
                "maxExtentDate": "2036-03-01T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Extension subject to Council's discretion"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "012599-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/012599-2026",
                    "datePublished": "2026-02-11T16:47:04Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-11T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-02T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}