Notice Information
Notice Title
Greater Manchester Region Local Electric Vehicle Infrastructure (LEVI) - Concession Contract
Notice Description
Background to the procurement TfGM is currently tendering for the Provision of Local Electric Vehicle Charging Infrastructure. The purpose of this procurement exercise is to enable prospective Suppliers to submit a tender detailing how they would introduce additional chargepoints in predominantly on-street locations on land owned by or under the control of public bodies across Greater Manchester. Utilising funding provided by the Department for Transport for the LEVI programme; this is a collaborative initiative with TfGM (who will be administering the procurement and installation phases) and the 10 Local Authorities that make up the Greater Manchester Combined Authority. The LEVI programme aims to increase the provision of electric vehicle charging infrastructure across the country primarily in areas where local residents do not have access to off street parking or find it difficult to access a chargepoint. The winning Supplier will be appointed by TFGM on behalf of the wider consortium. The wider consortium is made up of the following Local Authorities: Bolton Metropolitan Borough Council Bury Council Manchester City Council Oldham Metropolitan Borough Council Rochdale Borough Council Salford City Council Stockport Metropolitan Borough Council Tameside Metropolitan Borough Council Trafford Metropolitan Borough Council Wigan Metropolitan Borough Council As a Tranche 1 authority Greater Manchester as a whole has received PS16.158 million of LEVI capital funding with the expectation that this will contribute towards our 2030 targets for electric vehicle charging provision. A number of GM Authorities have also added an additional sum of City Region Sustainable Transport Settlement (CRSTS) funding to the LEVI amonut, which will make the total available for this project become PS17.908 million. In line with the intention of this funding, TfGM is seeking a Supplier to increase provision of chargepoints, in the following types of locations spread across the region: Council-owned car parks for both local and destination charging. In regards to the LEVI fund, the car parks in scope would need to be in proximity (roughly 5-min walk) to residential areas and be appropriate for overnight charging. Off-street locations in the form of hubs on other public-owned land On-street - including standalone bollards, lamp columns. Full details of the requirement and context of the procurement can be found in the PSQ and Main Tender documents. The Procurement Originally, this procurement exercise was to be completed under the old PCR15 regulations. Pre-market engagement was undertaken under these regulations back in 2024, with a PIN notice being published in August of that same year. 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 (Pro-Contract). 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 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. Suppliers should be aware that due to the nature of the Services required, any Contract formed as a result of this procurement process shall be executed as a deed. Suppliers should seek independent legal advice on the implications of this prior to submitting their tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. The value estimated on this notice is the amount of revenue that the successful supplier could achieve over the duration of the contract, based on a minimum of 3000 chargepoints being installed and in place for a 20-year period. TfGM 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. All of the tender documents associated with this Competitive Flexible procedure will be shared with Suppliers right from the beginning but Suppliers are asked to read the 'Tender Process Explanation - READ FIRST' document before any of the other documents, as this will provide guidance as to the process and indicate what documents need completing and when. As this tender is being ran 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. This information will form part of the evaluation process.
Lot Information
Lot 1
Renewal: The single optional extension year may be taken up for administration purposes, if there is a need to enact it.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-056879
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/044041-2025
- Current Stage
- Tender
- All Stages
- 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
- Not specified
- 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
- £166,000,000 £100M-£1B
- Lots Value
- £166,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Jul 20256 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 15 Apr 2026 - 15 Apr 2046 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
- TRANSPORT FOR GREATER MANCHESTER
- Additional Buyers
BOLTON METROPOLITAN BOROUGH COUNCIL
OLDHAM METROPOLITAN BOROUGH COUNCIL
STOCKPORT METROPOLITAN BOROUGH COUNCIL
- Contact Name
- Not specified
- Contact Email
- commercial.procurementunit@oldham.gov.uk, corporate.procurement@bolton.gov.uk, corporateprocurement@bury.gov.uk, procurement@manchester.gov.uk, procurement@salford.gov.uk, procurement@star-procurement.gov.uk, procurement@tfgm.com, procurement@wigan.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- MANCHESTER
- Postcode
- M1 3BG
- Post Town
- Manchester
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD37 Greater Manchester North East
- Delivery Location
- TLD3 Greater Manchester
-
- Local Authority
- Bury
- Electoral Ward
- Bury East
- Westminster Constituency
- Bury North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/044041-2025
29th July 2025 - Tender notice on Find a Tender
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-056879-2025-07-29T18:17:32+01:00",
"date": "2025-07-29T18:17:32+01:00",
"ocid": "ocds-h6vhtk-056879",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PNJQ-2746-NWYT",
"name": "Transport for Greater Manchester",
"identifier": {
"scheme": "GB-PPON",
"id": "PNJQ-2746-NWYT"
},
"address": {
"streetAddress": "2 Piccadilly Place",
"locality": "Manchester",
"postalCode": "M1 3BG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "procurement@tfgm.com"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.tfgm.com",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PBJZ-9785-JTLD",
"name": "Bolton Metropolitan Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PBJZ-9785-JTLD"
},
"address": {
"streetAddress": "Town Hall, Victoria Square",
"locality": "Bolton",
"postalCode": "BL1 1RU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD36"
},
"contactPoint": {
"email": "corporate.procurement@bolton.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.bolton.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PLNV-8798-LDMP",
"name": "Manchester City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PLNV-8798-LDMP"
},
"address": {
"streetAddress": "Town Hall Extension",
"locality": "Manchester",
"postalCode": "M60 2LA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "procurement@manchester.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PMRJ-8362-DVNT",
"name": "Oldham Metropolitan Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PMRJ-8362-DVNT"
},
"address": {
"streetAddress": "Spindles Shopping Centre, West Street",
"locality": "Oldham",
"postalCode": "OL1 1HD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD37"
},
"contactPoint": {
"email": "commercial.procurementunit@oldham.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PXXD-6682-MDRX",
"name": "Rochdale Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PXXD-6682-MDRX"
},
"address": {
"streetAddress": "Number One Riverside",
"locality": "Rochdale",
"postalCode": "OL16 1XU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD37"
},
"contactPoint": {
"email": "procurement@star-procurement.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PRCJ-7674-MRWM",
"name": "Salford City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PRCJ-7674-MRWM"
},
"address": {
"streetAddress": "Civic Centre, Chorley Road, Swinton",
"locality": "Manchester",
"postalCode": "M27 5DA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD34"
},
"contactPoint": {
"email": "procurement@salford.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PZGW-7196-LCHL",
"name": "Stockport Metropolitan Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PZGW-7196-LCHL"
},
"address": {
"streetAddress": "Stopford House, Piccadilly",
"locality": "Stockport",
"postalCode": "SK1 3XE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD35"
},
"contactPoint": {
"email": "procurement@star-procurement.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PVWB-2493-LWTQ",
"name": "Tameside Metropolitan Borough Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PVWB-2493-LWTQ"
},
"address": {
"streetAddress": "Tameside One",
"locality": "Ashton under Lyne",
"postalCode": "OL6 0GS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD35"
},
"contactPoint": {
"email": "procurement@star-procurement.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PGZW-1429-QQZQ",
"name": "Trafford Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PGZW-1429-QQZQ"
},
"address": {
"streetAddress": "Trafford Town Hall, Talbot Road",
"locality": "Manchester",
"postalCode": "M32 0TH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD34"
},
"contactPoint": {
"email": "procurement@star-procurement.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PCGG-6481-TZPW",
"name": "Wigan Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PCGG-6481-TZPW"
},
"address": {
"streetAddress": "Wigan Town Hall, Library Street",
"locality": "Wigan",
"postalCode": "WN1 1YN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD36"
},
"contactPoint": {
"email": "Procurement@wigan.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PVVT-2483-WWMH",
"name": "Metropolitan borough of Bury",
"identifier": {
"scheme": "GB-PPON",
"id": "PVVT-2483-WWMH"
},
"address": {
"streetAddress": "Town Hall, Knowsley Street",
"locality": "Bury",
"postalCode": "BL9 0SW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD37"
},
"contactPoint": {
"email": "corporateprocurement@bury.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.bury.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PNJQ-2746-NWYT",
"name": "Transport for Greater Manchester"
},
"tender": {
"id": "ocds-h6vhtk-056879",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Greater Manchester Region Local Electric Vehicle Infrastructure (LEVI) - Concession Contract",
"description": "Background to the procurement TfGM is currently tendering for the Provision of Local Electric Vehicle Charging Infrastructure. The purpose of this procurement exercise is to enable prospective Suppliers to submit a tender detailing how they would introduce additional chargepoints in predominantly on-street locations on land owned by or under the control of public bodies across Greater Manchester. Utilising funding provided by the Department for Transport for the LEVI programme; this is a collaborative initiative with TfGM (who will be administering the procurement and installation phases) and the 10 Local Authorities that make up the Greater Manchester Combined Authority. The LEVI programme aims to increase the provision of electric vehicle charging infrastructure across the country primarily in areas where local residents do not have access to off street parking or find it difficult to access a chargepoint. The winning Supplier will be appointed by TFGM on behalf of the wider consortium. The wider consortium is made up of the following Local Authorities: Bolton Metropolitan Borough Council Bury Council Manchester City Council Oldham Metropolitan Borough Council Rochdale Borough Council Salford City Council Stockport Metropolitan Borough Council Tameside Metropolitan Borough Council Trafford Metropolitan Borough Council Wigan Metropolitan Borough Council As a Tranche 1 authority Greater Manchester as a whole has received PS16.158 million of LEVI capital funding with the expectation that this will contribute towards our 2030 targets for electric vehicle charging provision. A number of GM Authorities have also added an additional sum of City Region Sustainable Transport Settlement (CRSTS) funding to the LEVI amonut, which will make the total available for this project become PS17.908 million. In line with the intention of this funding, TfGM is seeking a Supplier to increase provision of chargepoints, in the following types of locations spread across the region: Council-owned car parks for both local and destination charging. In regards to the LEVI fund, the car parks in scope would need to be in proximity (roughly 5-min walk) to residential areas and be appropriate for overnight charging. Off-street locations in the form of hubs on other public-owned land On-street - including standalone bollards, lamp columns. Full details of the requirement and context of the procurement can be found in the PSQ and Main Tender documents. The Procurement Originally, this procurement exercise was to be completed under the old PCR15 regulations. Pre-market engagement was undertaken under these regulations back in 2024, with a PIN notice being published in August of that same year. 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 (Pro-Contract). 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 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. Suppliers should be aware that due to the nature of the Services required, any Contract formed as a result of this procurement process shall be executed as a deed. Suppliers should seek independent legal advice on the implications of this prior to submitting their tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. The value estimated on this notice is the amount of revenue that the successful supplier could achieve over the duration of the contract, based on a minimum of 3000 chargepoints being installed and in place for a 20-year period. TfGM 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. All of the tender documents associated with this Competitive Flexible procedure will be shared with Suppliers right from the beginning but Suppliers are asked to read the 'Tender Process Explanation - READ FIRST' document before any of the other documents, as this will provide guidance as to the process and indicate what documents need completing and when. As this tender is being ran 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. This information will form part of the evaluation process.",
"status": "active",
"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": "UKD3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 199000000,
"amount": 166000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This competition is being conducted under the competitive flexible procedure pursuant to sections 19 and 20 of the Procurement Act 2023. This procurement is for the award of a concession contract pursuant to section 8 of the Procurement Act 2023. The procurement process leading to the award of this agreement is anticipated to comprise two main stages: qualification and award. At the outcome of the first stage, qualification, the GM Authorities will have established a shortlist of Suppliers. TfGM intends to shortlist a maximum of 5 Suppliers (provided there are sufficient suitable suppliers). These will be the 5 highest scoring Suppliers found at this stage, and the evaluation methodology to be applied to find those 5 is fully detailed in the PSQ document. TfGM will inform all Suppliers who submit a completed PSQ response whether or not they have been shortlisted to move to the next stage and only the 5 chosen Suppliers will be told by TfGM when to complete the Main ITT document via the e-sourcing portal. Any interested Suppliers can complete the PSQ document and return it to TfGM for evaluation. The PSQ will include questions on the Supplier's legal and financial capacity plus a number of scored and evaluated questions around the Supplier's technical ability (based on previous experience) to perform this contract. Supplier's that fail any of the mandatory pass / fail questions or are not on the 5 highest scoring Suppliers will not progress to the next part of the procurement process. TfGM will enact a standstill period at the end of the PSQ process and will provide feedback to unsuccessful Suppliers at this point. The award stage will commence with the shortlisted Suppliers once the standstill period that has been allowed for at this stage, has been completed. The documents making up the Main ITT will contain qualitative questions related to the Suppliers bid and detailed information regarding the award process and award criteria. It is at this point in the process only, that Suppliers will be required to complete the commercial document (Part B - Appendix 3)."
},
"mainProcurementCategory": "services",
"specialRegime": [
"concession"
],
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "TfGM 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 DN782439. 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",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-09-25T15:00:00+01:00",
"awardPeriod": {
"endDate": "2026-04-01T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 199000000,
"amount": 166000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Qualitative",
"description": "Qualitative elements as fully detailed in Main ITT document including Social Value.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "Commercial criterion as fully detailed in Main ITT document and Appendix 3 document.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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 = PS10,000,000 Public Liability Insurance = PS25,000,000 Professional Indemnity Insurance = PS5,000,000 Product Liability Insurance = PS10,000,000 Cyber Liability Insurance = PS5,000,000 A response of 'No' or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation."
},
{
"type": "technical",
"description": "In the PSQ there are x6 Technical Ability questions, scored in line with the award criteria found within the same document. The score for each question will be added together to give a Total Score (out of 100%) for each Supplier. All Suppliers who receive a Total Score will be ranked by score and the top 5 ranked Suppliers will be invited to tender."
},
{
"description": "TfGM intends to shortlist a maximum of 5 Suppliers (provided there are sufficient suitable suppliers). These will be the 5 highest scoring Suppliers found at this stage, and the evaluation methodology to be applied to find those 5 is fully detailed in the PSQ document. TfGM will inform all Suppliers who submit a completed PSQ response whether or not they have been shortlisted to move to the next stage and only the 5 chosen Suppliers will be told by TfGM when to complete the Main ITT document via the e-sourcing portal.",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2026-04-16T00:00:00+01:00",
"endDate": "2046-04-15T23:59:59Z",
"maxExtentDate": "2047-04-15T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The single optional extension year may be taken up for administration purposes, if there is a need to enact it."
}
}
],
"lotDetails": {
"noLotsDivisionRationale": "There will be one single lot for all the required EV charging equipment on this contract. As there are a number of contracting authorities involved within this procurement and the forthcoming contract (11), it was decided that there will be just one supplier for all the works and services required to ensure contract management is simpler and the objectives of the LEVI funding are fully met. TFGM are actively encouraging suppliers (including smaller and more bespoke suppliers) to work together either as consortiums or SPVs -Special Purpose Vehicles, so they can bid together for this single lot."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "TfGM 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 DN782439. 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"
},
{
"id": "044041-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/044041-2025",
"datePublished": "2025-07-29T18:17:32+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Payment terms / milestones - Details within the relevant schedule of Part C."
},
"riskDetails": "Risk - Contractor going into administration Impact - need to find a new contractor to complete installation works or to take on management of installed assets, depending on when the risk occurs. Risk - Changes in EVCI chargepoint standards or regulations Impact - the project could be delay during the installation phase, costs could be increased and equipment might need to be changed to meet new standards or regulations. 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"
}