Tender

North East Lincolnshire Local Electric Vehicle Infrastructure (LEVI)

NORTH EAST LINCOLNSHIRE BOROUGH COUNCIL

This public procurement record has 2 releases in its history.

Tender

27 Aug 2025 at 13:13

Planning

26 Aug 2025 at 16:20

Summary of the contracting process

The North East Lincolnshire Borough Council has issued an active tender seeking ChargePoint Operators for the supply, installation, and management of Electric Vehicle Charging Points (EVCPs) and related infrastructure. The tender is part of the Local Electric Vehicle Infrastructure (LEVI) project, aiming to enhance EV charging accessibility for residents without off-street parking. The procurement is in the tender stage, utilising a Competitive Flexible procedure, with bids closing on 25 November 2025. The project, located in Grimsby, falls within the categories of electrical installation and software-related services, among others, under the special concession regime for service procurements. The anticipated contract will last 15 years, with a potential one-year extension, starting 23 February 2026.

This tender offers substantial opportunities for businesses specializing in EV infrastructure and software management systems, encouraging participation from SMEs. The competitive flexible procurement procedure is designed to attract a broad range of suppliers, with scope for significant business growth through a long-term engagement. Companies in the engineering, electrical installation, and software sectors, especially those capable of providing comprehensive EV solutions, will find this tender particularly fitting as they can be part of the transformative shift in local transport infrastructure and sustainable energy initiatives. Businesses must demonstrate robust financial and technical capabilities, including appropriate insurance levels and compliance with data protection and security standards, to qualify.

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

North East Lincolnshire Local Electric Vehicle Infrastructure (LEVI)

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 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 PS1,431,000 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.

Lot Information

On Street Lamp Column/ Satellite Bollard EVCP's (up to 5kWh)

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.

Renewal: 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.

On Street Pedestal EVCP's (7kWh - 22kWh)

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.

Renewal: 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.

Off Street Pedestal EVCP's (7kWh - 22kWh)

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058e07
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/051617-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender 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

31 - Electrical machinery, apparatus, equipment and consumables; lighting

34 - Transport equipment and auxiliary products to transportation

45 - Construction work

48 - Software package and information systems

50 - Repair and maintenance services

72 - IT services: consulting, software development, Internet and support


CPV Codes

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

Notice Value(s)

Tender Value
£8,000,000 £1M-£10M
Lots Value
£8,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Aug 20255 months ago
Submission Deadline
25 Nov 2025Expired
Future Notice Date
1 Sep 2025Expired
Award Date
Not specified
Contract Period
23 Feb 2026 - 30 Nov 2040 Over 5 years
Recurrence
2039-09-01

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTH EAST LINCOLNSHIRE BOROUGH COUNCIL
Contact Name
Not specified
Contact Email
capital.works@nelincs.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
GRIMSBY
Postcode
DN31 1HU
Post Town
Doncaster
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE1 East Yorkshire and Northern Lincolnshire
Small Region (ITL 3)
TLE13 North and North East Lincolnshire
Delivery Location
TLE13 North and North East Lincolnshire

Local Authority
North East Lincolnshire
Electoral Ward
West Marsh
Westminster Constituency
Great Grimsby and Cleethorpes

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-058e07-2025-08-27T14:13:57+01:00",
    "date": "2025-08-27T14:13:57+01:00",
    "ocid": "ocds-h6vhtk-058e07",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "051381-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051381-2025",
                "datePublished": "2025-08-26T17:20:04+01:00",
                "format": "text/html"
            }
        ],
        "noEngagementNoticeRationale": "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."
    },
    "parties": [
        {
            "id": "GB-PPON-PXNN-3676-XCQV",
            "name": "North East Lincolnshire Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXNN-3676-XCQV"
            },
            "address": {
                "streetAddress": "Municipal Offices, Town Hall Square",
                "locality": "Grimsby",
                "postalCode": "DN31 1HU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE13"
            },
            "contactPoint": {
                "email": "capital.works@nelincs.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nelincs.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXNN-3676-XCQV",
        "name": "North East Lincolnshire Borough Council"
    },
    "tender": {
        "id": "101154",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "North East Lincolnshire Local Electric Vehicle Infrastructure (LEVI)",
        "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 PS1,431,000 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31610000",
                        "description": "Electrical equipment for engines and vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233293",
                        "description": "Installation of street furniture"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31610000",
                        "description": "Electrical equipment for engines and vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233293",
                        "description": "Installation of street furniture"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31610000",
                        "description": "Electrical equipment for engines and vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233293",
                        "description": "Installation of street furniture"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 8000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-23T00:00:00Z",
                    "endDate": "2040-11-30T23:59:59Z",
                    "maxExtentDate": "2041-11-30T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "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.",
                "value": {
                    "amountGross": 5600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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 non-compliant Q2 Lot 1, Lot 2, Lot 3 Technical Solution Weighting 20 Tenderers must score a minimum acceptable score of 3. Failure to do so may make your tender non-compliant Q3 Delivery and Infrastructure Programme Weighting Pass/Fail Q4 Engagement and Resource Weighting 10 Q5 Operation, Maintenance and Servicing Weighting 15 Q6 Customer Service Strategy Weighting 10 Q7 Business Model Weighting 10 Q8 Social Value Weighting 10 Q9 Accessibility Requirements Weighting Pass/Fail Q10 Cloud Security Principles Weighting Pass/Fail Stage 2 Demonstrations Scenarios - Weightings Pass/Fail Refer to Section E and Section E Appendix A of the tender documents for further information",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "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 = PS10 Million Public Liability Insurance = PS5 Million Professional Indemnity Insurance = PS2 Million Product Liability Insurance = PS5m There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of PS5 Million as a minimum. Further details about the conditions of participation and the award criteria can be found in the associated tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "2",
                "title": "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.",
                "status": "active",
                "value": {
                    "amountGross": 1200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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 non-compliant Q2 Lot 1, Lot 2, Lot 3 Technical Solution Weighting 20 Tenderers must score a minimum acceptable score of 3. Failure to do so may make your tender non-compliant Q3 Delivery and Infrastructure Programme Weighting Pass/Fail Q4 Engagement and Resource Weighting 10 Q5 Operation, Maintenance and Servicing Weighting 15 Q6 Customer Service Strategy Weighting 10 Q7 Business Model Weighting 10 Q8 Social Value Weighting 10 Q9 Accessibility Requirements Weighting Pass/Fail Q10 Cloud Security Principles Weighting Pass/Fail Stage 2 Demonstrations Scenarios - Weightings Pass/Fail Refer to Section E and Section E Appendix A of the tender documents for further information",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "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 = PS10 Million Public Liability Insurance = PS5 Million Professional Indemnity Insurance = PS2 Million Product Liability Insurance = PS5m There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of PS5 Million as a minimum. Further details about the conditions of participation and the award criteria can be found in the associated tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-23T00:00:00Z",
                    "endDate": "2040-11-30T23:59:59Z",
                    "maxExtentDate": "2041-11-30T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            },
            {
                "id": "3",
                "title": "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.",
                "status": "active",
                "value": {
                    "amountGross": 1200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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 non-compliant Q2 Lot 1, Lot 2, Lot 3 Technical Solution Weighting 20 Tenderers must score a minimum acceptable score of 3. Failure to do so may make your tender non-compliant Q3 Delivery and Infrastructure Programme Weighting Pass/Fail Q4 Engagement and Resource Weighting 10 Q5 Operation, Maintenance and Servicing Weighting 15 Q6 Customer Service Strategy Weighting 10 Q7 Business Model Weighting 10 Q8 Social Value Weighting 10 Q9 Accessibility Requirements Weighting Pass/Fail Q10 Cloud Security Principles Weighting Pass/Fail Stage 2 Demonstrations Scenarios - Weightings Pass/Fail Refer to Section E and Section E Appendix A of the tender documents for further information",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "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 = PS10 Million Public Liability Insurance = PS5 Million Professional Indemnity Insurance = PS2 Million Product Liability Insurance = PS5m There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of PS5 Million as a minimum. Further details about the conditions of participation and the award criteria can be found in the associated tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-23T00:00:00Z",
                    "endDate": "2040-11-30T23:59:59Z",
                    "maxExtentDate": "2041-11-30T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-01T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procedure": {
            "features": "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."
        },
        "submissionMethodDetails": "www.uk.eu-supply.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-25T13:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-18T13:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-01-22T23:59:59Z"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2,
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "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."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "051617-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051617-2025",
                "datePublished": "2025-08-27T14:13:57+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2039-09-01T23:59:59Z"
                }
            ]
        },
        "riskDetails": "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."
    },
    "language": "en"
}