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
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
Email: capital.works@nelincs.gov.uk
Website: http://www.nelincs.gov.uk
Region: UKE13 - North and North East Lincolnshire
Organisation type: Public authority - sub-central government