Tender

North East Lincolnshire Local Electric Vehicle Infrastructure (LEVI)

  • North East Lincolnshire Borough Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-051617

Procurement identifier (OCID): ocds-h6vhtk-058e07 (view related notices)

Published 27 August 2025, 2:13pm



Scope

Reference

101154

Description

The UK Government's Office for Zero Emission Vehicles (OZEV) has introduced the Local Electric Vehicle Infrastructure (LEVI) fund which will support Local Authorities (LAs) in England in working with the chargepoint industry to improve the roll out and commercialisation of local charging infrastructure.

This infrastructure will primarily be used to help residents without off-street parking to access affordable and reliable electric vehicle (EV) chargepoints.

The LEVI Capital fund aims to:

- Deliver a step-change in the deployment of local, primarily low power, on-street charging infrastructure across England; and

- Accelerate the commercialisation of, and investment in, the local charging infrastructure sector

Reducing carbon emissions and protecting the environment is at the forefront of the North East Lincolnshire Borough Council (the Authority) transport agenda. EV's play an important role in reducing carbon emissions; therefore, it is vital that the Authority can offer an effective EV Charging Infrastructure, that is equitable and accessible to all Residents within North East Lincolnshire.

The Authority is seeking to appoint ChargePoint Operators (Service Providers) to undertake the supply, installation, maintenance, support and management, of the Electric Vehicle Charging Points (EVCP's) and Electric Vehicle Charging Infrastructure (EVCI) Phase 2, that offers Residents on- street and off-street charging solutions.

The Service Providers will also provide a Charge Point Management System (Management System) - Back Office software solution for Authority and a website service or mobile application (App/ Web solution) allowing Residents to initiate and control the charging of an EV and make payment

The Authority has been awarded a maximum grant allocation of £1,431,000 through the LEVI fund to support the delivery of Phase 2 of the Authority's EVCP's and EVCI Programme. It's anticipated that Phase 2 of the EVCP's and EVCI programme will run alongside Phase 1.

The Authority are seeking to enter into a long-term concessionary-based contract, for the duration of a 15-year term, with the option to extend for a further 1 year beyond the initial term.

Tenderers should be aware that the total contract value is estimated and based upon usage and uptake of the EVCP's and EVCI within the borough. The value can increase or decrease and is not guaranteed.

The Authority is conducting this tender using a Competitive Flexible procedure. The competitive flexible procedure is split into two (2) stages:

Stage 1 - Invitation to tender

Tenderers that

Stage 2 - Demonstration

Further information regarding this can be located in Section E of the tender documentation.

Total value (estimated)

  • £8,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 23 February 2026 to 30 November 2040
  • Possible extension to 30 November 2041
  • 15 years, 9 months, 6 days

Description of possible extension:

The contract will include 1 x 12-month options to extend which may be invoked at the Authority's discretion to allow additional time for the Authorities to make a decision on future provision of EVCI.

Main procurement category

Services

CPV classifications

  • 31610000 - Electrical equipment for engines and vehicles
  • 34144900 - Electric vehicles
  • 45220000 - Engineering works and construction works
  • 45233293 - Installation of street furniture
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 72260000 - Software-related services

Contract locations

  • UKE13 - North and North East Lincolnshire

Lot constraints

Maximum number of lots a supplier can bid for: 2

Maximum number of lots a supplier can be awarded: 2

Description of how multiple lots may be awarded:

Tenderers can bid for a minimum of one lot and a maximum of two lots. For the avoidance of doubt, tenderers cannot bid for all three lots.

Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots.


Lot 1. On Street Lamp Column/ Satellite Bollard EVCP's (up to 5kWh)

Description

On-Street Residential Charging - Kerbside

Single Socket Lamp post/ Bollard

Up to 5kW - Standard

EVCPI providing On-street bays in residential areas.

For further information refer to the Tender documentation.

Tenderers can bid for a minimum of one lot and a maximum of two lots. For the avoidance of doubt, tenderers cannot bid for all three lots.

Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots.

Lot value (estimated)

  • £5,600,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. On Street Pedestal EVCP's (7kWh - 22kWh)

Description

On-Street Residential Charging - Kerbside

Dual Socket Pedestal

7kWh - 22kWh

EVCI providing On-street bays in residential areas.

For further information refer to the Tender documentation.

Tenderers can bid for a minimum of one lot and a maximum of two lots. For the avoidance of doubt, tenderers cannot bid for all three lots.

Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots.

Lot value (estimated)

  • £1,200,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Off Street Pedestal EVCP's (7kWh - 22kWh)

Description

Off-Street Residential Charging

Dual Socket Pedestal

7kWh - 22kWh

EVCIPI providing Off-street bays in Authority owned car parks.

For further information refer to the Tender documentation.

Tenderers can bid for a minimum of one lot and a maximum of two lots. For the avoidance of doubt, tenderers cannot bid for all three lots.

Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots.

Lot value (estimated)

  • £1,200,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Legal and financial capacity conditions of participation

Lot 1. On Street Lamp Column/ Satellite Bollard EVCP's (up to 5kWh)

Lot 2. On Street Pedestal EVCP's (7kWh - 22kWh)

Lot 3. Off Street Pedestal EVCP's (7kWh - 22kWh)

Economic Financial Standing Information - Pass/Fail

Insurance - Pass/Fail

Tenderers must hold or commit to obtain the following levels of insurance if successful.

Employer's (Compulsory) Liability Insurance = £10 Million

Public Liability Insurance = £5 Million

Professional Indemnity Insurance = £2 Million

Product Liability Insurance = £5m

There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of £5 Million as a minimum.

Further details about the conditions of participation and the award criteria can be found in the associated tender documents.

Technical ability conditions of participation

Lot 1. On Street Lamp Column/ Satellite Bollard EVCP's (up to 5kWh)

Lot 2. On Street Pedestal EVCP's (7kWh - 22kWh)

Lot 3. Off Street Pedestal EVCP's (7kWh - 22kWh)

General Data Protection Regulations - Pass/Fail

Modern Slavery - Pass/Fail

Standards

Hold ISO/IEC 2700 or equivalent at the point of contract commencement.

Further details about the conditions of participation and the award criteria can be found in the associated tender documents.

Particular suitability

Lot 1. On Street Lamp Column/ Satellite Bollard EVCP's (up to 5kWh)

Lot 2. On Street Pedestal EVCP's (7kWh - 22kWh)

Lot 3. Off Street Pedestal EVCP's (7kWh - 22kWh)

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

18 November 2025, 1:00pm

Submission type

Tenders

Tender submission deadline

25 November 2025, 1:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

22 January 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 September 2039


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality

Stage 1 Invitation to Tender

Q1 Part A Scale of Solution Weighting 20

Q1 Part B Scale of Solution Weighting 5

Tenderers must score a minimum acceptable score of 3. Failure to do so may make your tender...

Quality 100%

Other information

Description of risks to contract performance

Local Government Re-organisation

1.1 In December 2024 the Government issued a White Paper on Local Government Re-Organisation entitled the "English Devolution White Paper".

1.2 In March 2025 Greater Lincolnshire submitted their suggested re-organisation plan to the Government and are awaiting a response.

1.3 Final proposals will be submitted in November 2025 and implementation of the changes is expected by Government to be by 2028 at the earliest.

1.4 Whilst the expected impact of most changes to Local Government will be settled at Government Level (Change in Law) please be aware that it may be government policy or expedient that any affected party will be recommended to agree bi-lateral or multi-lateral changes to their existing contractual arrangements.

1.5 There is a possibility that due to local government reorganisation this contract will need to be novated to another public body carrying out the same functions as the Client's.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Concession

Competitive flexible procedure description

The Authority is conducting this tender using a Competitive Flexible procedure.

The competitive flexible procedure is split into two (2) stages:

Stage 1 - Invitation to tender (ITT)

Stage 2 - Demonstration

Only Tenderers who meet the minimum requirements for Stage 1 will be invited to Stage 2.

Stage 1 ITT

The first stage is the Invitation to Tender (ITT) stage. The ITT will be issued to the market for prospective tenderers to bid. Following the tender submission deadline, prospective Tenderers who pass all Conditions of Participation included within the PSQ will have their tender submission evaluated by the evaluation panel. All tenderers that meet the minimum acceptable score of 3 for Questions 1 and or 2 and achieve the overall minimum acceptable weighted score for the quality criteria will be invited to participate in Stage 2. The Authority reserves the right to reject any tender submission during Stage 1, that does not meet the minimum acceptable score of 3 for Questions 1 and or 2, and or any tender submission that does not achieve the minimum acceptable weighted quality score.

Stage 2 - Demonstration

The Second Stage is the Demonstration Evaluation Stage. Tenderers will be invited to attend a Demonstration and demonstrate their Management System and Web/App solution against set scenarios that have been issued during Stage 1 of the tender. The Evaluation Team will evaluate each scenario. Each scenario is indicated as pass/fail, the response must score a Pass. The Authority will deem any demonstration which scores even just one Fail as non-compliant and reject the tenderer from the process.

Following the end of the Demonstration Evaluation the Preferred Tenderer for each Lot will be identified. The Preferred Tenderer will be the tenderer who ranked 1st following the completion of Stage 1 and scored a Pass for all the demonstration scenarios at Stage 2 for each Lot.

Further details about Stage 1 and Stage 2 can be found in the associated tender documents - ITT Section E - Stage 1 and 2 Tender Evaluation Plan NEL LEVI Final.

Justification for not publishing a preliminary market engagement notice

Pre Market Engagement was undertaken under PCR's 2015 in relation to the LEVI Bid, and did not form part of the creation of the tender documentation.


Contracting authority

North East Lincolnshire Borough Council

  • Public Procurement Organisation Number: PXNN-3676-XCQV

Municipal Offices, Town Hall Square

Grimsby

DN31 1HU

United Kingdom

Region: UKE13 - North and North East Lincolnshire

Organisation type: Public authority - sub-central government