Open in a 8 months

Electric Vehicle Charging Infrastructure & Associated Services - LEVI Fund Portsmouth Partner Operator Concession Agreement - Preliminary Market Engagement

Descriptions

1. Introduction 1.1. Portsmouth City Council - the 'Council' - is undertaking preliminary market engagement over April - May 2025 to inform its procurement strategy for the delivery of electric vehicle charging infrastructure within Portsmouth to be delivered via an open book partnership concession agreement. 1.2. Once the preliminary market engagement process has been completed the Council will review findings, finalise its strategy and documentation and submit these for approval by the funder - Office for Zero Emission Vehicles - by no later than 13th June 2025. 1.3. Once approved the Council will then undertake a formal procurement process over Summer / Autumn 2025 instigated via issue of a Tender Notice to appoint a partner operator for the supply, installation, maintenance, operation and, at the council's option, decommissioning of electrical vehicle chargepoints within the city on a mutually incentivised commercial concession basis. 2. LEVI Funding & Concession Approach 2.1. The Council has secured Local Electric Vehicle Infrastructure (LEVI) funding to the value of £3,682,000, the majority of which will be used to part fund the delivery of a minimum of 3,600 new electric vehicle chargepoints (sockets) over a phased 5-year delivery programme. 2.2. The LEVI funding cannot be utilised for the on-going operation, maintenance and end of contract decommissioning of the infrastructure which will have to be met by the operator. Whilst the Council will work in partnership with the successful operator to help maximise successful development of the scheme and mitigate risks the operator will take risk in respect of demand. 2.3. In line with the LEVI funding objectives concerning commercialisation of networks, leveraging high levels of private sector investment and cross subsidisation, the council expects that the successful operator to secure and deploy the significant majority of the capital funding required to supply and install the target number of chargepoints. 3. Infrastructure Deployment & Programme 3.1. In line with the objectives of the LEVI funding and the council's own strategic objectives, the deployment of the charging infrastructure will need to be targeted within areas of the city where there is a lack of off-street parking available to residents. 3.2. In line with LEVI fund objectives, the chargepoints will primarily be low powered (up to 7kW), on-street and for the use of residents. However, on a secondary basis and only where there is a clear benefit to the scale and commerciality of the on-street resident charging offer, the council may also target the deployment of higher-powered fast charging (up to 22 kW) chargepoints. These may serve, for instance, resident focused car club scheme bays and off-street Council owned -car parks used by residents and visitors to the city. 3.3. There is some flexibility on the type of chargepoint technology to be deployed, with lamppost charging, free-standing bollards and other innovative unit designs permitted. Currently, chargepoint gullies, rapid and ultra-rapid (50 kW and above) chargepoints will not fall within the scope of the future procurement process. 3.4. The installation locations will be decided collaboratively between the successful operator and the council after contract award. The successful operator should commit to providing equitable coverage across the city, focused on serving those without off-street parking who are currently unable to charge at home. There is a need to meet the demand for residential EV infrastructure now and in the future, to support residents of Portsmouth to convert to electric vehicles. It is not envisaged that a list of pre-defined sites will be released as part of the tender pack for the future procurement. 3.5. The Council is targeting to have appointed the successful partner operator by January 2026 who will then be required to work in partnership with the council to rollout a minimum of 3,600 new chargepoint (sockets) installations by a target date of 2031. 4. Out of Scope ORCS Funded Infrastructure 4.1. The Council has also recently undertaken a procurement process in Autumn 2024 to appoint an operator - Zest Eco Ltd - via a 15 year concession agreement to deliver and operate approx. 300 new on-street chargepoints (sockets) using approx. £887,000 of On-Street Residential chargepoint Scheme (ORCS) funding. Roll out of the new chargepoints is underway and is expected to be completed over the course of 2026. Under the concession agreement Zest will also take on delivery and operation of chargepoints at approx. 100 existing on-street chargepoint locations. 4.2. There is no expectation that the successful operator secured to deliver the LEVI funded chargepoints (sockets) will take on any of the approx. 400 in total chargepoints operated by Zest. Neither the successful operator appointed to deliver the LEVI funded infrastructure or Zest will be granted exclusivity by the Council to operate on street chargpoints within Portsmouth. 4.3. When the existing chargepoint locations, new ORCS funded chargepoints and LEVI funded chargepoints are combined this should equate to approx. 4,000 on-street charepoint sockets being in operation within the city by 2031. These numbers have modelled using the LEVI Support Body's NEVIS Insights tool which shows that there should be sufficient demand for this number of on-street chargepoints within the city. 5. Contract Period, Terms, Estimated Value & Income 5.1. The contract will run for a period of 15 years, extendable by a further year if required to enable effective demobilisation. The contract will be let using flexible open book commercial concession terms prepared by the Council's Legal Advisors Browne Jacobson. 5.2. The council forecasts that the anticipated income that could be generated by the successful operator top deliver the minimum of 3.660 chargepoints could equate on average to £14,600,000 per annum. Over the contract period of 15 years this could equate to £219,000,000. 5.3. The anticipated forecast is based on the following: - an average of 3,200 operational sockets (only reaches 3,600 sockets by year 5) - consumption of 25 kWh per chargepoint per day, 365 days per year - underlying electricity costs of £0.35 per kWh - a £0.15 mark up between the energy supply cost and tariffs to cover overheads 5.4. The council is providing these estimates for transparency purposes only and is not placing any binding upper or lower volume and value parameters which could constrain development of the scheme in terms of scope and revenue generation. It is expected that the revenue generated will be impacted positively or negatively by numbers of chargepoints installed, speed of rollout programme, local electric vehicle sales, energy costs and a range of factors both within and outside of the control of both parties. The above figures, assumptions and associated demand projections will be tested as part of the preliminary market engagement process. 5.5. Whilst the Council is not seeking to make a direct profit from the operation of the chargepoint infrastructure, the operator will be required to provide an income stream to the Council which will be used by the Council to cover its own running costs. 6. Procurement Procedure & Programme 6.1. For the future procurement process, the Council envisages utilising an 'Open Procedure' procurement strategy in full accordance with the requirements of the Procurement Act 2023 that apply to above threshold 'concession contracts'. 6.2. The envisaged outline programme which will be tested as part of the preliminary market engagement process is set out below: • Issue Tender Notice & Procurement Documents - 1st August 2025 • Tender Return Deadline - 30th September 2025 • Completion of Evaluation & Submission to Funder for Approval - 24th October 2025 • Issue Assessment Summary & Contract Award Notice - 17th November 2025 • 8 Working Day Standstill Period Completes - 27th November 2025 23:59 • Confirmation of Award - 28th November 2025

Timeline

Published Date :

9th Apr 2025 3 months ago

Deadline :

9th Apr 2026 in a 8 months

Contract Start :

4th Jan 2026

Contract End :

4th Jan 2041

Tender Regions

Keywords

electricity

power supply

utility power

grid electricity

energy

electrical distribution equipment

distribution panel

power distribution board

service distribution

network distribution unit

recharger unit

charging device

battery recharger

portable charger

energy replenisher

siteworks

site development services

construction site preparation

infrastructure siteworks

earthworks support

industrial site setup

utility siteworks

groundwork services

site facility preparation

construction siteworks

electric power line installation

high-voltage line construction

overhead transmission line build

power grid erection

electrical distribution infrastructure

utility line installation

energy corridor build

electric conductor installation

overhead cable line work

power transmission structure

parking lot marking

car park painting

parking space marking

bay marking

asphalt parking lines

parking lot coating

directional painting

reserved spot painting

lot striping

parking zone paint

road sign installation

traffic signage fitting

highway sign setup

regulatory sign placement

directional sign mounting

traffic sign erection

street sign placement

road marking signage

bollard installation

safety bollard fitting

traffic bollard mounting

pedestrian bollard placement

anti‑ram bollards

parking bollard installation

street bollard works

protective post fitting

POS software package

retail cash register system

sales transaction software

point-of-sale system install

checkout software

CRM platform

lead nurturing tool

customer profiling engine

sales pipeline tracker

opportunity management system

client interaction log

marketing automation suite

customer dashboard UI

contact segmentation tool

customer feedback analyzer

sales pipeline tool

lead analytics platform

campaign performance tracker

BI dashboard software

customer segmentation engine

ROI analysis tool

competitor intelligence suite

market trend predictor

sales forecasting engine

DBMS platform

client-server database

database security manager

user privilege control

concurrency control engine

data integrity module

replication manager

high-availability cluster

schema versioning tool

database audit logs

switchboard assembly

distribution panel wiring

busbar installation

relay coordination setup

control cabinet mounting

MCC panel install

circuit protection device setup

cable organzing

voltage monitoring installation

power distribution test

electric power supply

grid operation

electricity delivery

power infrastructure

electrical network management

public utility services

electricity transmission

energy distribution

electrical utility

voltage regulation

infrastructure planning consulting

public works advisory

infrastructure systems design

utilities infrastructure services

civil infrastructure consultancy

urban works advisory

infrastructure project feasibility

infrastructure engineering consultancy

municipal infrastructure support

road/rail/airport infrastructure advisory

electrical installations

electrical maintenance

wiring services

power distribution

electrical systems management

lighting installation

electrical repair works

circuit installation

electrical safety audits

power systems servicing

geotechnical analysis

soil mechanics testing

groundwater condition evaluation

bedrock profiling

foundation feasibility testing

environmental borelogging

contaminant level surveys

stratigraphic sampling

construction soil risk evaluation

laboratory soil classification

groundwater table analysis

geochemical analysis

preliminary site diagnostics

terrain behavior study

stability testing

market testing services

product testing

consumer response testing

pilot marketing

test marketing

market validation studies

prototype testing

test campaign conduction

product trial evaluation

consumer feedback collection

advertising management

ad campaign oversight

media buying management

campaign execution support

ad account management

budget management

campaign logistics

campaign services

campaign planning

campaign implementation

campaign coordination

integrated ad campaigns

thematic advertising

promotional drives

campaign execution

direct marketing

direct mail campaigns

email marketing

telemarketing

targeted marketing

customer outreach

database marketing

direct-response advertising

promotional services

event promotions

promotional staffing

product promotion

brand activation

promotional materials

giveaways

promotional event support

customer services

client support

consumer assistance

helpdesk services

service desk

customer interaction

service experience management

client relations

after-sales support

customer care

customer survey services

customer feedback surveys

satisfaction survey design

survey execution

opinion polling

client questionnaires

consumer survey analysis

customer insight gathering

satisfaction metrics

feedback collection

customer satisfaction survey

client satisfaction measurement

CSAT surveys

satisfaction benchmarking

post‑service evaluation

satisfaction index

consumer satisfaction polling

customer experience feedback

satisfaction assessment

customer-care services

customer support

proactive support

issue resolution

after-sales care

account management

service follow-up

care coordination

relationship maintenance

service recovery

Tender Lot Details

1 Tender Lot

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Assign to :

Tender Progress :

0%

Details

Notice Type :

Open opportunity

Tender Identifier :

IT-378-246-T: 2024 - 001

TenderBase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Region :

North Region

Attachments :

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement Contact

Name :

Tina Smith

Designation :

Chief Executive Officer

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors