Tender

For the Provision of Supply, Installation, Operation and Maintenance Fleet & Public Electric Vehicle Charge Points

NORTH SOMERSET COUNCIL

This public procurement record has 2 releases in its history.

TenderCancellation

03 Sep 2025 at 11:24

Tender

17 Apr 2025 at 15:47

Summary of the contracting process

North Somerset Council sought tenders for the supply, installation, operation, and maintenance of fleet and public electric vehicle charge points, with a focus on creating an extensive and commercially attractive charging network across the district. This procurement process, under the title "For the Provision of Supply, Installation, Operation and Maintenance Fleet & Public Electric Vehicle Charge Points," fell within the services industry category, specifically pertaining to electricity distribution and related services. Despite initial efforts, the tender entered a cancellation stage on 3rd September 2025, as no suitable bids were received; this followed the tender period ending on 28th May 2025. The procurement utilized an open method with a competitive flexible procedure, inviting suppliers to innovate and expand upon existing infrastructure.

This tender presented significant business opportunities for SMEs with capabilities in electric vehicle infrastructure, providing potential to establish and operate a significant charging network on Council-owned land. Businesses specializing in sustainable energy solutions, particularly those experienced in public infrastructure projects, would have been well-suited to compete, leveraging the opportunity to expand their market presence and contribute to sustainable transport. Moreover, the competitive flexible procedure offered an engaging dialogue process, allowing for tailored business propositions aligned with North Somerset Council’s strategic objectives in the green energy sector. Despite its cancellation, such tenders highlight valuable openings for companies focused on long-term, environmentally conscious projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

For the Provision of Supply, Installation, Operation and Maintenance Fleet & Public Electric Vehicle Charge Points

Notice Description

North Somerset Council is seeking a Charge Point Operator to provide 25 dual socket charge points to be used by the council's fleet on a supplier's fully funded model. In return, the supplier will be permitted to install publicly available charge points in commercially attractive locations on North Somerset Council owned land across the district, with the option to expand the network further, subject to agreement with North Somerset Council. In addition, the Supplier will be permitted to adopt existing NSC owned public charging infrastructure for the lifetime of the contract. Please see tender documents for further information available on Supplying the South West.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050533
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/053514-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

65 - Public utilities


CPV Codes

65300000 - Electricity distribution and related services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
£10,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Sep 20255 months ago
Submission Deadline
28 May 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
15 Oct 2025 - 15 Oct 2040 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Cancelled
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTH SOMERSET COUNCIL
Additional Buyers

MISSING

Contact Name
Not specified
Contact Email
procurement.contracts@n-somerset.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
WESTON-SUPER-MARE, NORTH SOMERSET
Postcode
BS23 1UJ
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK6 North Somerset, Somerset and Dorset
Small Region (ITL 3)
TLK61 North Somerset
Delivery Location
TLK12 Bath and North East Somerset, North Somerset and South Gloucestershire

Local Authority
North Somerset
Electoral Ward
Weston-super-Mare Central
Westminster Constituency
Weston-super-Mare

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-050533-2025-09-03T12:24:27+01:00",
    "date": "2025-09-03T12:24:27+01:00",
    "ocid": "ocds-h6vhtk-050533",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVVX-9588-WCMV",
            "name": "North Somerset Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVVX-9588-WCMV"
            },
            "address": {
                "streetAddress": "Town Hall, Walliscote Grove Road",
                "locality": "Weston-super-Mare, North Somerset",
                "postalCode": "BS23 1UJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "procurement.contracts@n-somerset.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVVX-9588-WCMV",
        "name": "North Somerset Council"
    },
    "tender": {
        "id": "DN769867",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "For the Provision of Supply, Installation, Operation and Maintenance Fleet & Public Electric Vehicle Charge Points",
        "description": "North Somerset Council is seeking a Charge Point Operator to provide 25 dual socket charge points to be used by the council's fleet on a supplier's fully funded model. In return, the supplier will be permitted to install publicly available charge points in commercially attractive locations on North Somerset Council owned land across the district, with the option to expand the network further, subject to agreement with North Somerset Council. In addition, the Supplier will be permitted to adopt existing NSC owned public charging infrastructure for the lifetime of the contract. Please see tender documents for further information available on Supplying the South West.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "65300000",
                        "description": "Electricity distribution and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK12",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 10000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "STAGE 1 - Invitation to Tender The Council intends to reduce the number of participating Suppliers (down selection), as per section 20(4)(a) of the Act following the Intermediate Assessment in Stage 1: * The maximum number of Suppliers that will be invited to Stage 2 is 3. * The down selection will be determined by the highest scoring Assessed Tender(s) from the Intermediate Assessment. * The Council reserves the right to award the Contract at the end of Stage 1. STAGE 2 - Dialogue The purpose of Stage 2 is to improve all parties understanding of the requirement, therefore all Suppliers that are invited to Stage 2 will also be invited to Stage 3, and: * Should a Supplier withdraw or be removed from the procurement process after being invited to Stage 2 - the Council reserves the right (but shall not be obliged) to invite the next highest scoring Assessed Tender from Stage 1. * The Council reserves the right to update the tender documents, following Stage 2, however the Award Criteria shall remain the same for the Intermediate Assessment and Final Assessment. * Suppliers are responsible for maintaining the availability of key personnel to attend the Dialogue meeting(s) as per the procurement timeline, which could be in person meetings with the Council, at a Council site. The specific time/date for Dialogue meetings for your organisation will be included in your invitation to Stage 2. STAGE 3 - Best and Final Offer Suppliers will be invited to re-submit their Submission as part of Stage 3 and the Council will assess the Submission(s) received against the Award Criteria to determine the Most Advantageous Tender as the Final Assessment. Please note: The terms of this procurement procedure can be modified up until the 'Deadline for Stage 1 Submissions' set out in section 3 of the indicative timeline and as per section 31(1)(b) of the Act. In which case the Council will notify Suppliers via the E-tendering Portal at the earliest opportunity and explain changes (if any) to the indicative timeline, number of stages and the number of Suppliers to be selected at any stage."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://www.supplyingthesouthwest.org.uk/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-05-28T13:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-09-18T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 10000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price (Commercial Offer)",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-10-16T00:00:00+01:00",
                    "endDate": "2040-10-15T23:59:59Z"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://www.supplyingthesouthwest.org.uk/"
            },
            {
                "id": "016051-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016051-2025",
                "datePublished": "2025-04-17T16:47:32+01:00",
                "format": "text/html"
            },
            {
                "id": "053514-2025",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/053514-2025",
                "datePublished": "2025-09-03T12:24:27+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "No suitable bids received.",
            "finalStatusDate": "2025-09-03T00:00:00+01:00",
            "relatedLots": [
                "1"
            ]
        }
    ]
}