Notice Information
Notice Title
West Midlands Electric Vehicle Infrastructure (EVI) Concession
Notice 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 West Midlands Combined Authority (WMCA), as a Tier 1 authority, has been allocated PS14.55m of funding and are in Tranche 1 of the LEVI Capital Fund application process. As a result, WMCA are now seeking to secure investment from the market to deliver and manage Electric Vehicle Infrastructure (EVI) across the region through a concession arrangement. WMCA on behalf of Transport for West Midlands (TfWM) and the 7 Constituent Local Authorities of the West Midlands (Birmingham City Council, Coventry City Council, Dudley Metropolitan Borough Council, Sandwell Metropolitan Borough Council, Solihull Metropolitan Borough Council, Walsall Metropolitan Borough Council and City of Wolverhampton Council) are seeking Concessionaires of EVI to install and operate a range of EVI solutions that will support its residents who don't have the ability to charge off-street from their own residential electricity supply at home. The Authority intend to enter into Concession Contracts with the successful Charge Point Operators (CPOs) to fund and deliver the required services for a 15-year duration (until 2041), with 2 x 12-month optional extension periods. The CPOs, in so doing, will accept the commercial, regulatory and technological obsolescence risks and opportunities of operating, throughout the contract duration, a network of publicly accessible electric vehicle charging spaces that meet the needs of local residents and demonstrably support the Authorities' EVI strategies. EVI may be located on any suitable Public Premises, including but not limited to public highway, subject to locally required licenses and/or leases as appropriate. Public Premises for the purposes of this contract means land owned, leased or otherwise from whatsoever cause under the management, control or possession of the Authority or other Public Sector Organisation.
Lot Information
Standalone Above Ground Asset (SAGA)
e.g., Bollard / Pedestal / Wall Mounted charger, which is visible whilst not in use. AC Charging between 5kW and 25kW
Renewal: Contracts will include 2 x 12-month options to extend which may be invoked at WMCA's discretion to allow additional time for the Authorities to make a decision on future provision of EVI.
StreetLight Integrated Chargers (SLIC)Includes charging devices mounted on or integrated within streetlighting columns, standalone above ground assets using an electricity supply from an adjacent streetlighting column or equivalent electricity supply source (e.g., telecoms box), and, by exception, standalone above ground assets with a dedicated electricity supply co-located with any or all of the above. AC Charging between 5kW and 25kW.
Renewal: Contracts will include 2 x 12-month options to extend which may be invoked at WMCA's discretion to allow additional time for the Authorities to make a decision on future provision of EVI.
Minimum Impact Charging Equipment (MICE)Charging equipment which does not protrude more than 2.5cm above ground level when not in use or is otherwise integrated into other street furniture (other than streetlights) or civil engineering structures such that its presence does not present an additional visual or physical obstacle to highway users, including pedestrians, when not in use. Includes both inductive charging and ordinarily concealed conductive charging. AC Charging not less than 5kW and DC Charging with a power output of not less than 25kW.
Renewal: Contracts will include 2 x 12-month options to extend which may be invoked at WMCA's discretion to allow additional time for the Authorities to make a decision on future provision of EVI.
Higher Powered Charging (HPC)Charging equipment with a DC power output of not less than 25kW. Where installed off-highway, such as in a car park or dedicated charging hub, HPC may be co-delivered with AC charging technologies provided the aggregate nominal power output of the DC equipment is greater than the accompanying AC equipment in that location. (E.g., if two 150kW DC chargers are installed, up to thirteen 22kW AC chargers could be co-delivered).
Renewal: Contracts will include 2 x 12-month options to extend which may be invoked at WMCA's discretion to allow additional time for the Authorities to make a decision on future provision of EVI.
Planning Information
A Prior Information Notice (PIN) was published on Find a Tender Service (FTS) on 10th September 2024 to raise awareness to the market of the upcoming procurement, invite them to a Market Engagement Event and request completion of a pre-market Questionnaire. The reference number for the PIN is ocds-h6vhtk-0499ae. The pre-market Questionnaire contained 22 questions relating to Tariff Margin Caps, Inclusion of a cable management channel Lot, Lotting Structure, Partnering, Dependencies, 3rd Party Land, Sponsorship/Revenue Generation, Exclusivity and Concession Fees. The Questionnaire was issued to all suppliers who expressed an interest in the opportunity and requested completion and return by 20th September 2024. Following the deadline, 13 responses were received. A Market Engagement Event was held via Microsoft Teams on 24th September 2024 to provide more information to the market on the region, the funding, the opportunity and the proposed procurement process. The event also included a number of polls and a Q&A session to facilitate further feedback and input from the market. The main insights gained from the engagement conducted were that the proposed lotting structure suggested by WMCA was preferential to combining Lots or seeking a single CPO to deliver the whole programme and that a cable management channel from private electricity supply hasn’t been tested using a concession model previously, however CPOs would be open to exploring a concession model. It also helped to inform the tariff margin caps, concession fees and revenue share that have been set.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05125c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032117-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
-
- CPV Codes
45310000 - Electrical installation work
50100000 - Repair, maintenance and associated services of vehicles and related equipment
51110000 - Installation services of electrical equipment
Notice Value(s)
- Tender Value
- £840,000,000 £100M-£1B
- Lots Value
- £840,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Jun 20258 months ago
- Submission Deadline
- 29 Jun 2025Expired
- Future Notice Date
- 2 Jun 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Feb 2026 - 31 Mar 2041 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST MIDLANDS COMBINED AUTHORITY
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- corporate.procurement@wolverhampton.gov.uk, etendering@birmingham.gov.uk, procteam@solihull.gov.uk, procurement.team@wmca.org.uk, procurementcontracts@coventry.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B19 3SD
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG39 Wolverhampton
- Delivery Location
- TLG West Midlands (England)
-
- Local Authority
- Wolverhampton
- Electoral Ward
- St Peters
- Westminster Constituency
- Wolverhampton West
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/032117-2025
13th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/020976-2025
13th May 2025 - Preliminary market engagement notice on Find a Tender -
https://wmca.bravosolution.co.uk/go/54885504019759403934
Prospective Bidders will be required to create an account on Bravo Solution, WMCA's e-tendering portal, in order to access the documents. They will then be required to complete the PSQ and attach the supporting documents requested.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05125c-2025-06-13T08:33:45+01:00",
"date": "2025-06-13T08:33:45+01:00",
"ocid": "ocds-h6vhtk-05125c",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PGMD-1353-PZVX",
"name": "West Midlands Combined Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PGMD-1353-PZVX"
},
"address": {
"streetAddress": "16 Summer Lane",
"locality": "Birmingham",
"postalCode": "B19 3SD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"email": "procurement.team@wmca.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.WMCA.org.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PCJJ-4826-QMLZ",
"name": "Birmingham City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PCJJ-4826-QMLZ"
},
"address": {
"streetAddress": "Council House, 1 Victoria Square",
"locality": "Birmingham",
"postalCode": "B1 1BB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG31"
},
"contactPoint": {
"email": "etendering@birmingham.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Tender Evaluation, Supporting Delivery of Chargepoints"
},
{
"id": "GB-PPON-PMJC-6861-XJPP",
"name": "Coventry City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PMJC-6861-XJPP"
},
"address": {
"streetAddress": "Council House, Earl Street",
"locality": "Coventry",
"postalCode": "CV1 5RR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG33"
},
"contactPoint": {
"email": "ProcurementContracts@coventry.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Tender Evaluation, Supporting Delivery of Chargepoints"
},
{
"id": "GB-PPON-PGWC-7578-LYDG",
"name": "Solihull Metropolitan Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PGWC-7578-LYDG"
},
"address": {
"streetAddress": "Council House, Manor Square",
"locality": "Solihull",
"postalCode": "B91 3QB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG32"
},
"contactPoint": {
"email": "procteam@solihull.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Tender Evaluation, Supporting Delivery of Chargepoints"
},
{
"id": "GB-PPON-PVBV-7568-LBLL",
"name": "Wolverhampton City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PVBV-7568-LBLL"
},
"address": {
"streetAddress": "Civic Centre, St Peter's Square",
"locality": "Wolverhampton",
"postalCode": "WV1 1SH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG39"
},
"contactPoint": {
"email": "corporate.procurement@wolverhampton.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Tender Evaluation, Supporting Delivery of Chargepoints"
}
],
"buyer": {
"id": "GB-PPON-PGMD-1353-PZVX",
"name": "West Midlands Combined Authority"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "A Prior Information Notice (PIN) was published on Find a Tender Service (FTS) on 10th September 2024 to raise awareness to the market of the upcoming procurement, invite them to a Market Engagement Event and request completion of a pre-market Questionnaire. The reference number for the PIN is ocds-h6vhtk-0499ae. The pre-market Questionnaire contained 22 questions relating to Tariff Margin Caps, Inclusion of a cable management channel Lot, Lotting Structure, Partnering, Dependencies, 3rd Party Land, Sponsorship/Revenue Generation, Exclusivity and Concession Fees. The Questionnaire was issued to all suppliers who expressed an interest in the opportunity and requested completion and return by 20th September 2024. Following the deadline, 13 responses were received. A Market Engagement Event was held via Microsoft Teams on 24th September 2024 to provide more information to the market on the region, the funding, the opportunity and the proposed procurement process. The event also included a number of polls and a Q&A session to facilitate further feedback and input from the market. The main insights gained from the engagement conducted were that the proposed lotting structure suggested by WMCA was preferential to combining Lots or seeking a single CPO to deliver the whole programme and that a cable management channel from private electricity supply hasn't been tested using a concession model previously, however CPOs would be open to exploring a concession model. It also helped to inform the tariff margin caps, concession fees and revenue share that have been set.",
"dateMet": "2024-09-24T00:00:00+01:00",
"status": "met"
}
],
"documents": [
{
"id": "020976-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/020976-2025",
"datePublished": "2025-05-13T16:31:28+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "05772-2024",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "West Midlands Electric Vehicle Infrastructure (EVI) Concession",
"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 West Midlands Combined Authority (WMCA), as a Tier 1 authority, has been allocated PS14.55m of funding and are in Tranche 1 of the LEVI Capital Fund application process. As a result, WMCA are now seeking to secure investment from the market to deliver and manage Electric Vehicle Infrastructure (EVI) across the region through a concession arrangement. WMCA on behalf of Transport for West Midlands (TfWM) and the 7 Constituent Local Authorities of the West Midlands (Birmingham City Council, Coventry City Council, Dudley Metropolitan Borough Council, Sandwell Metropolitan Borough Council, Solihull Metropolitan Borough Council, Walsall Metropolitan Borough Council and City of Wolverhampton Council) are seeking Concessionaires of EVI to install and operate a range of EVI solutions that will support its residents who don't have the ability to charge off-street from their own residential electricity supply at home. The Authority intend to enter into Concession Contracts with the successful Charge Point Operators (CPOs) to fund and deliver the required services for a 15-year duration (until 2041), with 2 x 12-month optional extension periods. The CPOs, in so doing, will accept the commercial, regulatory and technological obsolescence risks and opportunities of operating, throughout the contract duration, a network of publicly accessible electric vehicle charging spaces that meet the needs of local residents and demonstrably support the Authorities' EVI strategies. EVI may be located on any suitable Public Premises, including but not limited to public highway, subject to locally required licenses and/or leases as appropriate. Public Premises for the purposes of this contract means land owned, leased or otherwise from whatsoever cause under the management, control or possession of the Authority or other Public Sector Organisation.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
}
],
"value": {
"amountGross": 840000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"specialRegime": [
"concession"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2041-03-31T23:59:59Z",
"maxExtentDate": "2043-03-31T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"title": "Standalone Above Ground Asset (SAGA)",
"description": "e.g., Bollard / Pedestal / Wall Mounted charger, which is visible whilst not in use. AC Charging between 5kW and 25kW",
"value": {
"amountGross": 600000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "A Financial Risk Assessment Tool (FRAT) and accompanying guidance has been provided as part of the attachments to the PSQ. Prospective Bidders are required to read these documents thoroughly and follow the instructions in order to complete the self-assessment prior to the PSQ submission deadline. If the Prospective Bidder has failed or flagged as a risk for any of the self-assessment metrics, they should contact WMCA via the Bravo messaging function to explain the situation and agree a range of risk mitigation measures with the WMCA Finance Team during the clarification period of the PSQ. Any Prospective Bidder that has failed or flagged as a risk for any of the self-assessment metrics and has not engaged with the WMCA Finance Team during the clarification period will be deemed to have failed the Financial Standing condition of participation. WMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submission deadline. Prospective Bidders 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 = PS10,000,000 Public Liability Insurance = PS10,000,000 Professional Indemnity Insurance = PS5,000,000 Product Liability Insurance = PS10,000,000 A response of 'No' or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation."
},
{
"type": "technical",
"description": "4 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked by score for each Lot. The top 6 ranked Prospective Bidders for each Lot will be invited to tender."
},
{
"description": "Meeting all Conditions of Participation plus 4 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked by score for each Lot. The top 6 ranked Prospective Bidders for each Lot will be invited to tender.",
"forReduction": true
}
]
},
"renewal": {
"description": "Contracts will include 2 x 12-month options to extend which may be invoked at WMCA's discretion to allow additional time for the Authorities to make a decision on future provision of EVI."
}
},
{
"id": "2",
"title": "StreetLight Integrated Chargers (SLIC)",
"description": "Includes charging devices mounted on or integrated within streetlighting columns, standalone above ground assets using an electricity supply from an adjacent streetlighting column or equivalent electricity supply source (e.g., telecoms box), and, by exception, standalone above ground assets with a dedicated electricity supply co-located with any or all of the above. AC Charging between 5kW and 25kW.",
"status": "active",
"value": {
"amountGross": 80000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "A Financial Risk Assessment Tool (FRAT) and accompanying guidance has been provided as part of the attachments to the PSQ. Prospective Bidders are required to read these documents thoroughly and follow the instructions in order to complete the self-assessment prior to the PSQ submission deadline. If the Prospective Bidder has failed or flagged as a risk for any of the self-assessment metrics, they should contact WMCA via the Bravo messaging function to explain the situation and agree a range of risk mitigation measures with the WMCA Finance Team during the clarification period of the PSQ. Any Prospective Bidder that has failed or flagged as a risk for any of the self-assessment metrics and has not engaged with the WMCA Finance Team during the clarification period will be deemed to have failed the Financial Standing condition of participation. WMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submission deadline. Prospective Bidders 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 = PS10,000,000 Public Liability Insurance = PS10,000,000 Professional Indemnity Insurance = PS5,000,000 Product Liability Insurance = PS10,000,000 A response of 'No' or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation."
},
{
"type": "technical",
"description": "4 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked by score for each Lot. The top 6 ranked Prospective Bidders for each Lot will be invited to tender."
},
{
"description": "Meeting all Conditions of Participation plus 4 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked by score for each Lot. The top 6 ranked Prospective Bidders for each Lot will be invited to tender.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2041-03-31T23:59:59Z",
"maxExtentDate": "2043-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Contracts will include 2 x 12-month options to extend which may be invoked at WMCA's discretion to allow additional time for the Authorities to make a decision on future provision of EVI."
}
},
{
"id": "3",
"title": "Minimum Impact Charging Equipment (MICE)",
"description": "Charging equipment which does not protrude more than 2.5cm above ground level when not in use or is otherwise integrated into other street furniture (other than streetlights) or civil engineering structures such that its presence does not present an additional visual or physical obstacle to highway users, including pedestrians, when not in use. Includes both inductive charging and ordinarily concealed conductive charging. AC Charging not less than 5kW and DC Charging with a power output of not less than 25kW.",
"status": "active",
"value": {
"amountGross": 80000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "A Financial Risk Assessment Tool (FRAT) and accompanying guidance has been provided as part of the attachments to the PSQ. Prospective Bidders are required to read these documents thoroughly and follow the instructions in order to complete the self-assessment prior to the PSQ submission deadline. If the Prospective Bidder has failed or flagged as a risk for any of the self-assessment metrics, they should contact WMCA via the Bravo messaging function to explain the situation and agree a range of risk mitigation measures with the WMCA Finance Team during the clarification period of the PSQ. Any Prospective Bidder that has failed or flagged as a risk for any of the self-assessment metrics and has not engaged with the WMCA Finance Team during the clarification period will be deemed to have failed the Financial Standing condition of participation. WMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submission deadline. Prospective Bidders 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 = PS10,000,000 Public Liability Insurance = PS10,000,000 Professional Indemnity Insurance = PS5,000,000 Product Liability Insurance = PS10,000,000 A response of 'No' or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation."
},
{
"type": "technical",
"description": "4 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked by score for each Lot. The top 6 ranked Prospective Bidders for each Lot will be invited to tender."
},
{
"description": "Meeting all Conditions of Participation plus 4 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked by score for each Lot. The top 6 ranked Prospective Bidders for each Lot will be invited to tender.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2041-03-31T23:59:59Z",
"maxExtentDate": "2043-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Contracts will include 2 x 12-month options to extend which may be invoked at WMCA's discretion to allow additional time for the Authorities to make a decision on future provision of EVI."
}
},
{
"id": "4",
"title": "Higher Powered Charging (HPC)",
"description": "Charging equipment with a DC power output of not less than 25kW. Where installed off-highway, such as in a car park or dedicated charging hub, HPC may be co-delivered with AC charging technologies provided the aggregate nominal power output of the DC equipment is greater than the accompanying AC equipment in that location. (E.g., if two 150kW DC chargers are installed, up to thirteen 22kW AC chargers could be co-delivered).",
"status": "active",
"value": {
"amountGross": 80000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "A Financial Risk Assessment Tool (FRAT) and accompanying guidance has been provided as part of the attachments to the PSQ. Prospective Bidders are required to read these documents thoroughly and follow the instructions in order to complete the self-assessment prior to the PSQ submission deadline. If the Prospective Bidder has failed or flagged as a risk for any of the self-assessment metrics, they should contact WMCA via the Bravo messaging function to explain the situation and agree a range of risk mitigation measures with the WMCA Finance Team during the clarification period of the PSQ. Any Prospective Bidder that has failed or flagged as a risk for any of the self-assessment metrics and has not engaged with the WMCA Finance Team during the clarification period will be deemed to have failed the Financial Standing condition of participation. WMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submission deadline. Prospective Bidders 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 = PS10,000,000 Public Liability Insurance = PS10,000,000 Professional Indemnity Insurance = PS5,000,000 Product Liability Insurance = PS10,000,000 A response of 'No' or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation."
},
{
"type": "technical",
"description": "4 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked by score for each Lot. The top 6 ranked Prospective Bidders for each Lot will be invited to tender."
},
{
"description": "Meeting all Conditions of Participation plus 4 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked by score for each Lot. The top 6 ranked Prospective Bidders for each Lot will be invited to tender.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2041-03-31T23:59:59Z",
"maxExtentDate": "2043-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Contracts will include 2 x 12-month options to extend which may be invoked at WMCA's discretion to allow additional time for the Authorities to make a decision on future provision of EVI."
}
}
],
"communication": {
"futureNoticeDate": "2025-06-02T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This Competitive Flexible Procedure procurement will be conducted over 2 stages. The first stage is the request to participate which will involve completion and submission of the Procurement Specific Questionnaire (PSQ). This stage is being used to down-select interested suppliers to invite to tender. Prospective Bidders who pass all Conditions of Participation included within the PSQ will have their Technical and Professional Ability questions scored to give a Total Score for their PSQ. Prospective Bidders will be ranked by Total Score in each Lot they have requested to tender for and WMCA will invite the top 6 ranked prospective bidders in each Lot to tender. The second stage is the Invitation to Tender (ITT) stage. The ITT will be issued to the top 6 ranked prospective bidders for each Lot. Following the tender submission deadline, the evaluation panel will evaluate all tenders and WMCA will award contracts to the highest scoring tenderer for each Lot."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "All documents must be submitted through the relevant activity on Bravo Solution, WMCA's e-tendering portal. https://wmca.bravosolution.co.uk/go/54885504019759403934",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-07-09T00:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-06-30T00:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-01-30T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Prospective Bidders will be required to create an account on Bravo Solution, WMCA's e-tendering portal, in order to access the documents. They will then be required to complete the PSQ and attach the supporting documents requested.",
"url": "https://wmca.bravosolution.co.uk/go/54885504019759403934"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Invitation to Tender documents will be provided to the successful Prospective Bidders who progress to the 2nd stage of this Competitive Flexible Procedure procurement."
},
{
"id": "032117-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/032117-2025",
"datePublished": "2025-06-13T08:33:45+01:00",
"format": "text/html"
}
],
"riskDetails": "Risk: LA partner deciding to withdraw from programme. Impact: Change to geographical spread of chargepoints installed across the region, which could affect concessionaire's commercial model. Risk: Changes to National Grid capacity and/or costs Impact: Reduction in number of chargepoints installed during delivery period and increased value of funding required per chargepoint Risk: Escalation of international conflicts / Increase of trade tariffs / Emergence of Epidemic/Pandemic Impact: Significant rise in costs or lack of availability of equipment and materials"
},
"language": "en"
}