Tender

LCRCA Local Electric Vehicle Infrastructure (LEVI) Project

LIVERPOOL CITY REGION COMBINED AUTHORITY

This public procurement record has 1 release in its history.

Tender

03 Oct 2025 at 10:09

Summary of the contracting process

The Liverpool City Region Combined Authority is actively seeking a contractor to manage the installation, operation, and maintenance of electric vehicle charging infrastructure across six local authorities within the region. This procurement falls under the Local Electric Vehicle Infrastructure (LEVI) funding, in collaboration with the Office for Zero Emission Vehicles and the Department for Transport. The tender, titled "LCRCA Local Electric Vehicle Infrastructure (LEVI) Project," has a total estimated value of £115.2 million. The procurement process is currently at the tender stage, employing an open competitive flexible procedure. Key dates to note include the tender submission deadline on 28 January 2026 and the enquiry period ending on 7 January 2026. The initiative aims to expand electric vehicle charging capabilities predominantly on-street, making it an excellent opportunity for service providers specialising in the supply, installation, and operation of electrical and mechanical equipment, particularly within the electric vehicle sector.

This tender provides significant opportunities for business growth, especially for suppliers specialising in electric vehicle infrastructure. With a substantial budget allocated and a 15-year concession contract on offer, there is potential for both initial and sustained business. Firms capable of forming consortiums may find additional advantages, as the procurement encourages collaboration to ensure all objectives are met efficiently. This opportunity is particularly suited for businesses with expertise in electrical installations, charging services, and those capable of engaging in competitive tender procedures. Companies providing high-quality and cost-effective charging solutions and possessing necessary insurance coverage may find themselves well-positioned to capitalise on this extensive infrastructure project, further enhancing the region's transition to zero-emission vehicles.

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

LCRCA Local Electric Vehicle Infrastructure (LEVI) Project

Notice Description

Liverpool City Region Combined Authority (LCRCA) seeks to commission a contractor for the supply, installation, maintenance and operation of a network of electric vehicle charging infrastructure, under the Local Electric Vehicle Infrastructure (LEVI) funding in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport (DfT). LCRCA has been allocated LEVI capital funding to rollout infrastructure in all 6 Liverpool City Region Local Authorities (Halton, Knowsley, Liverpool, Sefton, St Helens, Wirral). Prospective suppliers are invited to submit a tender detailing how they would introduce additional chargepoints in predominantly on-street locations under a 15-year Concession Contract. Suppliers wishing to take part in this project are invited to 'express an interest' in order to gain access to the full suite of procurement documents in the e-tendering system (ProContract). Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Suppliers are to ensure that where possible documents are uploaded and that file names are descriptive and succinct. Any questions relating to this procurement must be made via the messaging service on the e-tendering portal and in accordance with the procurement documents. The value estimated on this notice accounts for the initial LEVI funding investment as well as any additional investment that may be secured, and revenue share funding that is re-invested into the chargepoint network over the 15-year concession period. LCRCA will be using the ProActis / Pro-Contract e-tendering portal to manage all stages of this Competitive Flexible procedure, the details of which can be found below. The majority of the tender documents associated with this Competitive Flexible procedure will be shared with Suppliers right from the beginning but suppliers are advised to read the 'LEVI-ID-01 - Invitation to Tender Guidance' document first as this provides guidance as to the process and indicate what documents need completing and when. As this tender is under the Procurement Act 23, suppliers will need to ensure that they have registered on the Central Digital Platform (CDP) before submitting their bid for the PSQ stage initially, and suppliers will be required to share the financial information, associated persons information etc. that they will be relying on for their bid from the CDP when they submit their response.

Lot Information

Lot 1

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a7a5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/062045-2025
Current Stage
Tender
All Stages
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

51 - Installation services (except software)

65 - Public utilities


CPV Codes

31158000 - Chargers

51100000 - Installation services of electrical and mechanical equipment

65320000 - Operation of electrical installations

Notice Value(s)

Tender Value
£96,000,000 £10M-£100M
Lots Value
£96,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20254 months ago
Submission Deadline
28 Jan 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
12 Jul 2026 - 12 Jul 2041 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
LIVERPOOL CITY REGION COMBINED AUTHORITY
Contact Name
Not specified
Contact Email
tender@liverpoolcityregion-ca.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LIVERPOOL
Postcode
L3 1BP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
TLD7 Merseyside

Local Authority
Liverpool
Electoral Ward
Waterfront South
Westminster Constituency
Liverpool Riverside

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-05a7a5-2025-10-03T11:09:43+01:00",
    "date": "2025-10-03T11:09:43+01:00",
    "ocid": "ocds-h6vhtk-05a7a5",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNDZ-8253-CJJM",
            "name": "Liverpool City Region Combined Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNDZ-8253-CJJM"
            },
            "address": {
                "streetAddress": "1 Mann Island",
                "locality": "Liverpool",
                "postalCode": "L3 1BP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "tender@liverpoolcityregion-ca.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNDZ-8253-CJJM",
        "name": "Liverpool City Region Combined Authority"
    },
    "planning": {
        "noEngagementNoticeRationale": "A preliminary market engagement notice has not been published under this ITT. A preliminary market engagement notice, outlining the strategic aims and objectives for the contract, was published on the Chest on the 14 September 2023, allowing for a 3-week response by 6 October 2023. https://www.contractsfinder.service.gov.uk/notice/9d3bc5aa-bd13-4c77-a0bf-730aec93d89c"
    },
    "tender": {
        "id": "DN765317",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "LCRCA Local Electric Vehicle Infrastructure (LEVI) Project",
        "description": "Liverpool City Region Combined Authority (LCRCA) seeks to commission a contractor for the supply, installation, maintenance and operation of a network of electric vehicle charging infrastructure, under the Local Electric Vehicle Infrastructure (LEVI) funding in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport (DfT). LCRCA has been allocated LEVI capital funding to rollout infrastructure in all 6 Liverpool City Region Local Authorities (Halton, Knowsley, Liverpool, Sefton, St Helens, Wirral). Prospective suppliers are invited to submit a tender detailing how they would introduce additional chargepoints in predominantly on-street locations under a 15-year Concession Contract. Suppliers wishing to take part in this project are invited to 'express an interest' in order to gain access to the full suite of procurement documents in the e-tendering system (ProContract). Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Suppliers are to ensure that where possible documents are uploaded and that file names are descriptive and succinct. Any questions relating to this procurement must be made via the messaging service on the e-tendering portal and in accordance with the procurement documents. The value estimated on this notice accounts for the initial LEVI funding investment as well as any additional investment that may be secured, and revenue share funding that is re-invested into the chargepoint network over the 15-year concession period. LCRCA will be using the ProActis / Pro-Contract e-tendering portal to manage all stages of this Competitive Flexible procedure, the details of which can be found below. The majority of the tender documents associated with this Competitive Flexible procedure will be shared with Suppliers right from the beginning but suppliers are advised to read the 'LEVI-ID-01 - Invitation to Tender Guidance' document first as this provides guidance as to the process and indicate what documents need completing and when. As this tender is under the Procurement Act 23, suppliers will need to ensure that they have registered on the Central Digital Platform (CDP) before submitting their bid for the PSQ stage initially, and suppliers will be required to share the financial information, associated persons information etc. that they will be relying on for their bid from the CDP when they submit their response.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65320000",
                        "description": "Operation of electrical installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD7",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 115200000,
            "amount": 96000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The process commences with a PSQ stage with conditions of participation, followed by initial ITT stage for bidders that qualify following the PSQ. A negotiation stage will follow the evaluation of initial ITT submissions, with refined documents then issued for the final ITT stage."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "Please note that the stated submission deadlines are for the initial ITT stage. Successive deadlines are detailed within the 'LEVI-ID-01 - Invitation to Tender Guidance - T1' document. Following the PSQ stage, LCRCA intends to shortlist a maximum of 8 suppliers (provided there are sufficient suitable suppliers). These will be the 8 highest scoring suppliers found at the Initial ITT stage, and the evaluation methodology to be applied to find those 8 is fully detailed in the tender documents. https://www.the-chest.org.uk/ (https://www.thechest.org.uk/)",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-28T11:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-07T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-06-15T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 115200000,
                    "amount": 96000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The Qualitative Evaluation is as fully detailed in the 'LEVI-ID-03 - Qualitative Evaluation - T1' document. Please note that this has been provided for visibility during PSQ stage, and only those suppliers that successfully pass the PSQ stage will be invited to complete this document for the initial ITT stage.",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "description": "Please note that he Commercial Evaluation is based on the Scale of Solution, as fully detailed in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "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 = PS10,000,000 Professional Indemnity Insurance = PS2,000,000 Product Liability Insurance = PS10,000,000 A response of 'No' or failure to attach suitable evidence of the commitment will result in a Fail of this condition of participation."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the PSQ issued with the tender documentation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-13T00:00:00+01:00",
                    "endDate": "2041-07-12T23:59:59Z"
                },
                "hasOptions": true,
                "options": {
                    "description": "Additional purchases may be made if additional funding is secured and through funds raised by revenue share."
                }
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "There will be one single lot for all the required EV charging services and equipment under this contract. As this procurement and contract is on behalf of six local authorities, it was decided that there will be just one supplier for all the services and works required to ensure contract management is simpler and the objectives of the LEVI funding are fully met. Suppliers (including smaller and more bespoke suppliers) are welcome to work together as consortiums if interested in bidding for this single lot."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "LCRCA are using Pro-Contract / The Chest for the management of this procurement. This is where the tender documents will be held and where suppliers must submit their bids. The Pro-Contract ref number is DN765317. If interested suppliers are not registered already on this e-sourcing portal, we recommend that they do so as soon as possible. Here is the link to register - https://procontract.duenorth.com/Register"
            },
            {
                "id": "062045-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/062045-2025",
                "datePublished": "2025-10-03T11:09:43+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}