Concession notice
Section I: Contracting
authority/entity
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Contact person: Mrs Raji K Purba
Telephone: +44 1412872000
E-mail: raji.purba@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Expanding the Publicly Accessible Electric Vehicle Charging Infrastructure Network in Glasgow City Region
Reference number: GCC005902CPU
II.1.2) Main CPV code
65300000
II.1.3) Type of contract
Services
II.1.4) Short description
Glasgow City Council, as the Lead Authority on behalf of the following eight Member Authorities (MAs) in Glasgow City Region, (East Dunbartonshire, East Renfrewshire, Glasgow City, Inverclyde, North Lanarkshire, Renfrewshire, South Lanarkshire, and West Dunbartonshire) is seeking to award a contract to one Charge Point Operator (CPO), on behalf of the MAs.
The CPO will be required to provide a full Electric Vehicle Charging Infrastructure (EVCI) turnkey service via 20-year concession contract which will include both the migration of around 627 existing charge points and minimum of 3034 new charge points at council owned assets and on-street locations.
The services shall consist of Supply, Installation, Maintenance of Charging infrastructure and Back Office Services for publicly accessible charge points for all eight MAs.
It is expected that a Competitive Procedure with Negotiation will be applied to the award of the contract in accordance with Regulation 27(4)(c) of the Public Contracts (Scotland) Regulations 2015. The contracting authority, however, reserves the right to award the contract on the basis of the initial tender without further negotiation. (Please refer to Document Two-ITP - section 2.2.1)
II.1.5) Estimated total value
Value excluding VAT:
785 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31158100
31158000
31158200
31158300
31681500
09310000
31610000
30163000
30162000
31000000
31682000
34144900
34920000
34923000
34996300
38730000
42992000
45223300
45233120
45233270
45233290
45310000
45314300
48444100
50200000
50230000
50324100
51100000
51110000
51214000
63712600
65300000
65320000
71241000
72253000
79342300
31680000
45213312
45233291
71322500
72267100
II.2.3) Place of performance
NUTS code:
UKM82
UKM81
UKM83
UKM84
UKM95
Main site or place of performance:
Glasgow City, Inverclyde, East Renfrewshire, Renfrewshire, East Dunbartonshire, West Dunbartonshire, South Lanarkshire and North Lanarkshire
II.2.4) Description of the procurement
In alignment with the Scottish Government and Transport Scotland’s vision for Electric Vehicle Charging Infrastructure (EVCI), the Glasgow City Region(GCR) member authorities aim to support the expansion of a comprehensive network of publicly accessible EVCI across the region.
This expansion will be driven by leveraging private sector expertise and capital. It creates a charging network that complements standalone private investment beyond the scope of this initiative.
In doing so, GCR aims to work with a CPO through a concession contract that will deliver a comprehensive, convenient, reliable and accessible charging network that meets the needs of users.
The CPO will install, own, maintain and operate the Electric Vehicle Charging Infrastructure and any Ancillary Equipment other than that which the Member Authorities have a regulatory duty to adopt.
The CPO will be entitled to charge Electric Vehicle Owners for use of the Electric Vehicle Charging Infrastructure.
The CPO will be responsible for financing the costs of designing, purchasing, installing, operating, maintaining and upgrading of EV infrastructure net of any capital funding made available to the CPO by the council through the Electric Vehicle Infrastructure Fund or with the local authorities of the GCR as may be agreed with them on an ad-hoc basis.
The contract will include:
i.The migration of 627 chargepoints across 305 locations for standard, fast and rapid chargepoints onto the CPO’s back-office system.This will require to take place within a 3-month period in order to meet the deadline of the ending of the Charge Place Scotland service.
ii. Installation and operation of a minimum of 3,034 additional chargepoints on sites owned or controlled by the MAs (car parks and on-street locations) to be agreed between the MAs and CPO following contract award.
To ensure the equitable geographic deployment of new charge points throughout GCR, the deployment programme will require to be undertaken across the 8 MAs at an annual rate proportionate to a MA’s population share within GCR so that the delivery does not favour one geographic area over another.It may also include the installation of additional sites which can be requested by the Lead Authority or proposed by the CPO.
Completion timeline period for the new installation of the 3,034 additional charge points is expected to be up to 5 years from contract signing.
The contract term will be 20 years.
Turnover - at the present time it is estimated that the turnover, over the 20-year contract term and based on an assumption of inflation at 2.5% per annum, will be in the region of GBP 785 million (excluding VAT).
Grant Funding - Glasgow City Council, on behalf of the 8 MAs has been allocated a grant of up to GBP 3,300,000 from Transport Scotland’s Electric Vehicle Infrastructure Fund to in connection with the delivery of the project.
Bidders are requested to review Document Two - Invitation to Participate which contains the details of the minimum requirements for this procurement within section 3.
II.2.6) Estimated value
Value excluding VAT:
785 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 240
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Full details of the Terms and Conditions relating to this contract will be identified and provided at ITT/ITSIB stage.
Section IV: Procedure
IV.1) Description
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/02/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
24 months prior to the expire of the contract
VI.3) Additional information
It is expected that the tender process shall include the stages set out in Section 2.2 Procurement Route of the Invitation to Participate -Document Two .
Additional Information - pertaining to this concession notice is contained in Document Two - Invitation to Participate situated within the attachments area of PCS-T.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 28450. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Council has determined the number of points based on projected turnover for all eight participating Local Authorities.
Bidders should note that the following points must be delivered every five years as a minimum and these shall be split based on the population of each Local Authority:
> Contract Year 1 to 5 a total of 900 points
> Contract Year 6 to 10 a total of 600 points
> Contract Year 11 to 15 a total of 600 points
> Contract Year 16 to 20 a total of 600 points
Full details of the Community Benefits relating to this contract will be identified and provided at ITT/ITSIB stage”.
(SC Ref:806263)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO BOX 23 1 Carlton Place
Glasgow
G5 9DA
UK
Telephone: +44 1412879077
E-mail: glasgow@scotcourts.gov.uk
Fax: +44 1412879399
Internet address(es)
URL: www.glasgow.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Glasgow City Council must, by notice in writing as soon as possible after the decision has been made, inform all Bidders and candidates concerned of its decision to award the contract.
The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of dispatch of the notice referred to in Regulation 50 of the Concessions Contracts (Scotland) Regulations 2016 (“the Regulations”).
The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.
VI.5) Date of dispatch of this notice
22/12/2025