Tender

LCRCA Local Electric Vehicle Infrastructure (LEVI) Project

  • Liverpool City Region Combined Authority

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

Notice identifier: 2025/S 000-062045

Procurement identifier (OCID): ocds-h6vhtk-05a7a5

Published 3 October 2025, 11:09am



Scope

Reference

DN765317

Description

Liverpool City Region Combined Authority (LCRCA) seeks to commission a contractor for the supply, installation, maintenance and operation of a network of electric vehicle charging infrastructure, under the Local Electric Vehicle Infrastructure (LEVI) funding in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport (DfT).

LCRCA has been allocated LEVI capital funding to rollout infrastructure in all 6 Liverpool City Region Local Authorities (Halton, Knowsley, Liverpool, Sefton, St Helens, Wirral).

Prospective suppliers are invited to submit a tender detailing how they would introduce additional chargepoints in predominantly on-street locations under a 15-year Concession Contract.

Suppliers wishing to take part in this project are invited to 'express an interest' in order to gain access to the full suite of procurement documents in the e-tendering system (ProContract).

Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline.

Suppliers are to ensure that where possible documents are uploaded and that file names are descriptive and succinct.

Any questions relating to this procurement must be made via the messaging service on the e-tendering portal and in accordance with the procurement documents.

The value estimated on this notice accounts for the initial LEVI funding investment as well as any additional investment that may be secured, and revenue share funding that is re-invested into the chargepoint network over the 15-year concession period.

LCRCA will be using the ProActis / Pro-Contract e-tendering portal to manage all stages of this Competitive Flexible procedure, the details of which can be found below.

The majority of the tender documents associated with this Competitive Flexible procedure will be shared with Suppliers right from the beginning but suppliers are advised to read the 'LEVI-ID-01 - Invitation to Tender Guidance' document first as this provides guidance as to the process and indicate what documents need completing and when.

As this tender is under the Procurement Act 23, suppliers will need to ensure that they have registered on the Central Digital Platform (CDP) before submitting their bid for the PSQ stage initially, and suppliers will be required to share the financial information, associated persons information etc. that they will be relying on for their bid from the CDP when they submit their response.

Total value (estimated)

  • £96,000,000 excluding VAT
  • £115,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 13 July 2026 to 12 July 2041
  • 15 years

Options

The right to additional purchases while the contract is valid.

Additional purchases may be made if additional funding is secured and through funds raised by revenue share.

Main procurement category

Services

CPV classifications

  • 31158000 - Chargers
  • 51100000 - Installation services of electrical and mechanical equipment
  • 65320000 - Operation of electrical installations

Contract locations

  • UKD7 - Merseyside

Justification for not using lots

There will be one single lot for all the required EV charging services and equipment under this contract.

As this procurement and contract is on behalf of six local authorities, it was decided that there will be just one supplier for all the services and works required to ensure contract management is simpler and the objectives of the LEVI funding are fully met.

Suppliers (including smaller and more bespoke suppliers) are welcome to work together as consortiums if interested in bidding for this single lot.


Participation

Legal and financial capacity conditions of participation

A financial risk assessment methodology has been provided as part of the attachments to the PSQ. Prospective Suppliers are required to read this information thoroughly and follow the instructions in order to complete the self-assessment prior to the PSQ submission deadline.

Suppliers are required to confirm whether they already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Employer's (Compulsory) Liability Insurance = £10,000,000

Public Liability Insurance = £10,000,000

Professional Indemnity Insurance = £2,000,000

Product Liability Insurance = £10,000,000

A response of 'No' or failure to attach suitable evidence of the commitment will result in a Fail of this condition of participation.

Technical ability conditions of participation

Please refer to the PSQ issued with the tender documentation.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

7 January 2026, 12:00pm

Submission type

Tenders

Tender submission deadline

28 January 2026, 11:00am

Submission address and any special instructions

Please note that the stated submission deadlines are for the initial ITT stage. Successive deadlines are detailed within the 'LEVI-ID-01 - Invitation to Tender Guidance - T1' document.

Following the PSQ stage, LCRCA intends to shortlist a maximum of 8 suppliers (provided there are sufficient suitable suppliers). These will be the 8 highest scoring suppliers found at the Initial ITT stage, and the evaluation methodology to be applied to find those 8 is fully detailed in the tender documents.

https://www.the-chest.org.uk/ (https://www.thechest.org.uk/)

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

15 June 2026


Award criteria

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

The Qualitative Evaluation is as fully detailed in the 'LEVI-ID-03 - Qualitative Evaluation - T1' document. Please note that this has been provided for visibility during PSQ stage, and only those...

Quality 65%
Commercial

Please note that he Commercial Evaluation is based on the Scale of

Solution, as fully detailed in the tender documentation.

Cost 35%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Concession

Competitive flexible procedure description

The process commences with a PSQ stage with conditions of participation, followed by initial ITT stage for bidders that qualify following the PSQ.

A negotiation stage will follow the evaluation of initial ITT submissions, with refined documents then issued for the final ITT stage.

Justification for not publishing a preliminary market engagement notice

A preliminary market engagement notice has not been published under this ITT. A preliminary market engagement notice, outlining the strategic aims and objectives for the contract, was published on the Chest on the 14 September 2023, allowing for a 3-week response by 6 October 2023.

https://www.contractsfinder.service.gov.uk/notice/9d3bc5aa-bd13-4c77-a0bf-730aec93d89c


Documents

Documents to be provided after the tender notice

LCRCA are using Pro-Contract / The Chest for the management of this procurement. This is where the tender documents will be held and where suppliers must submit their bids.

The Pro-Contract ref number is DN765317.

If interested suppliers are not registered already on this e-sourcing portal, we recommend that they do so as soon as possible. Here is the link to register - https://procontract.duenorth.com/Register


Contracting authority

Liverpool City Region Combined Authority

  • Public Procurement Organisation Number: PNDZ-8253-CJJM

1 Mann Island

Liverpool

L3 1BP

United Kingdom

Region: UKD72 - Liverpool

Organisation type: Public authority - sub-central government