Decision

Procurement of Electric Vehicle Charge Points (Partnership 8)

Decision Maker: Cabinet

Outcome: Decision approved

Is Key Decision?: Yes

Is Callable In?: Yes

Date of Decision: February 4, 2025

Purpose:

Content: Decision   For the reasons set out in the report and its appendices Cabinet RESOLVED to Agree:   i)  Entering into a partnership agreement with LBR and LBWF for the purposes of carrying out a joint procurement to engage a charge point operator (CPO) or multiple operators to install a minimum of 1,375 EV chargers across Partnership 8 partly funded with the LEVI grant funding. Of these, a minimum of 875 EV chargers are planned for installation across Newham; ii)  Establishing a social value matrix for this contract, focused on supporting and safeguarding residents of Partnership 8 with the objective of also contributing to the delivery of a Fairer Newham. The value of the CPO(s)' social value commitment to each council will be proportional to the level of investment in each local authority's area; iii)  Commencingthe procurement process, with LBWF acting as lead contracting authority, to engage a charge point operator (CPO), or operators, to install a minimum of 1,375 EV chargers across Partnership 8 partly funded with the LEVI grant funding, and to maintain and manage the EV chargers for a 15-year contract period with a possible extension of 1 year, as recommended by DfT. The value of the contract is estimated at £19,312,500 in upfront capital costs; iv)  The evaluationof tender submissions based on 60% quality (including 10% social value) and 40% price. In line with the Heads of Terms of the LEVI grant funding, when assessing the price element, partnership 8 will prioritise capital investment and the tenderer's capacity to fund at least 78% of the initial capital outlay. The potential revenue sharing proposals and initial tariffs will be considered, albeit to a lesser extent. The evaluation criteria will be specified in the tender documents; and v)  The delegationof authority to the Corporate Director for Environment and Sustainable Transport to negotiate and agree subsequent details of the scheme with LBR and LBWF. vi)  To note that Partnership 8, which comprises LB Newham, LBR and LNWF, secured £4,327,000 grant funding from DfT’s LEVI scheme to deliver a minimum of 1,375 EV chargers across Partnership 8. Of these, a minimum of 875 EV chargers are planned for installation across Newham; and vii)  to note that the decision on contract award will be presented to Cabinet for approval following the conclusion of the tender evaluation process.   Alternatives Considered   Partnership 8 considered three other options as follows:     a)  Do-nothing. This option would present a lost opportunity for Partnership 8 and Newham residents. Therefore, it is not recommended. b)  Varying an existing contract and undertaking direct award – The option to vary one of the existing contracts at Newham, LBR or LBWF and undertaking a direct award was also considered. However, due to the value of the works (at approximately £19,312,500) the Public Contracts Regulations 2015 will not permit such a variation. Therefore, this was not progressed. c)  Dynamic Purchasing System (DPS) – Procuring the contract through a DPS has been deemed not a best fit for a complex, long-term concession contract like the one required for EV chargers.          

Supporting Documents

Final Issue of Cabinet Report - Procurement of Electric Vehicle Charge Points Partnerhsip 8 for Ca.pdf

Related Meeting

Part Two, Cabinet - Tuesday 4th February 2025 10.00 a.m. on February 4, 2025