← Back to opportunities

West Midlands Electric Vehicle Infrastructure (EVI) Concession

West Midlands Combined Authority

Buyer Contact Info

Buyer Name: West Midlands Combined Authority

Buyer Address: 16 Summer Lane, Birmingham, UKG31, B19 3SD, United Kingdom

Contact Email: procurement.team@wmca.org.uk

Buyer Name: Birmingham City Council

Buyer Address: Council House, 1 Victoria Square, Birmingham, UKG31, B1 1BB, United Kingdom

Contact Email: etendering@birmingham.gov.uk

Show 3 more buyers

Buyer Name: Wolverhampton City Council

Buyer Address: Civic Centre, St Peter's Square, Wolverhampton, UKG39, WV1 1SH, United Kingdom

Contact Email: corporate.procurement@wolverhampton.gov.uk

Buyer Name: Coventry City Council

Buyer Address: Council House, Earl Street, Coventry, UKG33, CV1 5RR, United Kingdom

Contact Email: ProcurementContracts@coventry.gov.uk

Buyer Name: Solihull Metropolitan Borough Council

Buyer Address: Council House, Manor Square, Solihull, UKG32, B91 3QB, United Kingdom

Contact Email: procteam@solihull.gov.uk

Status
active
Procedure
selective
Value
840000000.0 GBP
Gross: 840000000 GBP
Published
13 Jun 2025, 07:33
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
45310000 - Electrical installation work
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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 £14.55m 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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://wmca.bravosolution.co.uk/go/54885504019759403934

Link 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.

External Link: https://www.find-tender.service.gov.uk/Notice/032117-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Standalone Above Ground Asset (SAGA)

Lot Description: e.g., Bollard / Pedestal / Wall Mounted charger, which is visible whilst not in use. AC Charging between 5kW and 25kW

Lot 1 Status: active

Lot 1 Value (Gross): GBP 600,000,000

Lot 1 Contract Start: 2026-02-01T00:00:00Z

Lot 1 Contract End: 2041-03-31T23:59:59Z

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical (65%)

Lot 1 Award Criterion (quality): Social Value (15%)

Lot 1 Award Criterion (cost): Commercial (20%)

Lot Title: StreetLight Integrated Chargers (SLIC)

Lot 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.

Lot 2 Status: active

Lot 2 Value (Gross): GBP 80,000,000

Lot 2 Contract Start: 2026-02-01T00:00:00Z

Lot 2 Contract End: 2041-03-31T23:59:59Z

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (quality): Technical (65%)

Lot 2 Award Criterion (quality): Social Value (15%)

Lot 2 Award Criterion (cost): Commercial (20%)

Lot Title: Minimum Impact Charging Equipment (MICE)

Lot 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.

Lot 3 Status: active

Lot 3 Value (Gross): GBP 80,000,000

Lot 3 Contract Start: 2026-02-01T00:00:00Z

Lot 3 Contract End: 2041-03-31T23:59:59Z

Lot 3 SME Suitable: Yes

Lot 3 Award Criterion (quality): Technical (65%)

Lot 3 Award Criterion (quality): Social Value (15%)

Lot 3 Award Criterion (cost): Commercial (20%)

Lot Title: Higher Powered Charging (HPC)

Lot 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).

Lot 4 Status: active

Lot 4 Value (Gross): GBP 80,000,000

Lot 4 Contract Start: 2026-02-01T00:00:00Z

Lot 4 Contract End: 2041-03-31T23:59:59Z

Lot 4 SME Suitable: Yes

Lot 4 Award Criterion (quality): Technical (65%)

Lot 4 Award Criterion (quality): Social Value (15%)

Lot 4 Award Criterion (cost): Commercial (20%)

Documents

Document Description: Not published

Document 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.

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PGMD-1353-PZVX",
    "name": "West Midlands Combined Authority"
  },
  "date": "2025-06-13T08:33:45+01:00",
  "id": "032117-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05125c",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Birmingham",
        "postalCode": "B19 3SD",
        "region": "UKG31",
        "streetAddress": "16 Summer Lane"
      },
      "contactPoint": {
        "email": "procurement.team@wmca.org.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PGMD-1353-PZVX",
      "identifier": {
        "id": "PGMD-1353-PZVX",
        "scheme": "GB-PPON"
      },
      "name": "West Midlands Combined Authority",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Birmingham",
        "postalCode": "B1 1BB",
        "region": "UKG31",
        "streetAddress": "Council House, 1 Victoria Square"
      },
      "contactPoint": {
        "email": "etendering@birmingham.gov.uk"
      },
      "id": "GB-PPON-PCJJ-4826-QMLZ",
      "identifier": {
        "id": "PCJJ-4826-QMLZ",
        "scheme": "GB-PPON"
      },
      "name": "Birmingham City Council",
      "roleDetails": "Tender Evaluation, Supporting Delivery of Chargepoints",
      "roles": [
        "procuringEntity"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Wolverhampton",
        "postalCode": "WV1 1SH",
        "region": "UKG39",
        "streetAddress": "Civic Centre, St Peter\u0027s Square"
      },
      "contactPoint": {
        "email": "corporate.procurement@wolverhampton.gov.uk"
      },
      "id": "GB-PPON-PVBV-7568-LBLL",
      "identifier": {
        "id": "PVBV-7568-LBLL",
        "scheme": "GB-PPON"
      },
      "name": "Wolverhampton City Council",
      "roleDetails": "Tender Evaluation, Supporting Delivery of Chargepoints",
      "roles": [
        "procuringEntity"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Coventry",
        "postalCode": "CV1 5RR",
        "region": "UKG33",
        "streetAddress": "Council House, Earl Street"
      },
      "contactPoint": {
        "email": "ProcurementContracts@coventry.gov.uk"
      },
      "id": "GB-PPON-PMJC-6861-XJPP",
      "identifier": {
        "id": "PMJC-6861-XJPP",
        "scheme": "GB-PPON"
      },
      "name": "Coventry City Council",
      "roleDetails": "Tender Evaluation, Supporting Delivery of Chargepoints",
      "roles": [
        "procuringEntity"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Solihull",
        "postalCode": "B91 3QB",
        "region": "UKG32",
        "streetAddress": "Council House, Manor Square"
      },
      "contactPoint": {
        "email": "procteam@solihull.gov.uk"
      },
      "id": "GB-PPON-PGWC-7578-LYDG",
      "identifier": {
        "id": "PGWC-7578-LYDG",
        "scheme": "GB-PPON"
      },
      "name": "Solihull Metropolitan Borough Council",
      "roleDetails": "Tender Evaluation, Supporting Delivery of Chargepoints",
      "roles": [
        "procuringEntity"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-01-30T23:59:59Z"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The UK Government\u0027s 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: \n- Deliver a step-change in the deployment of local, primarily low power, on-street charging infrastructure across England; and \n- Accelerate the commercialisation of, and investment in, the local charging infrastructure sector  \nWest Midlands Combined Authority (WMCA), as a Tier 1 authority, has been allocated \u00a314.55m 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.   \nWMCA 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\u0027t have the ability to charge off-street from their own residential electricity supply at home. \nThe 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\u0027 EVI strategies. \nEVI 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.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "description": "Prospective Bidders will be required to create an account on Bravo Solution, WMCA\u0027s e-tendering portal, in order to access the documents.\nThey will then be required to complete the PSQ and attach the supporting documents requested.",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://wmca.bravosolution.co.uk/go/54885504019759403934"
      },
      {
        "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.",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2025-06-13T08:33:45+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "032117-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/032117-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-06-30T00:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-07-09T00:00:00+01:00",
    "id": "05772-2024",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Electrical installation work",
            "id": "45310000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services of vehicles and related equipment",
            "id": "50100000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of electrical equipment",
            "id": "51110000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKG"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Electrical installation work",
            "id": "45310000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services of vehicles and related equipment",
            "id": "50100000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of electrical equipment",
            "id": "51110000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKG"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "description": "Electrical installation work",
            "id": "45310000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services of vehicles and related equipment",
            "id": "50100000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of electrical equipment",
            "id": "51110000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKG"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      },
      {
        "additionalClassifications": [
          {
            "description": "Electrical installation work",
            "id": "45310000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services of vehicles and related equipment",
            "id": "50100000",
            "scheme": "CPV"
          },
          {
            "description": "Installation services of electrical equipment",
            "id": "51110000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKG"
          }
        ],
        "id": "4",
        "relatedLot": "4"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Technical",
              "numbers": [
                {
                  "number": 65,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 15,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Commercial",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2041-03-31T23:59:59Z",
          "maxExtentDate": "2043-03-31T23:59:59Z",
          "startDate": "2026-02-01T00:00:00Z"
        },
        "description": "e.g., Bollard / Pedestal / Wall Mounted charger, which is visible whilst not in use. AC Charging between 5kW and 25kW",
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "Contracts will include 2 x 12-month options to extend which may be invoked at WMCA\u0027s discretion to allow additional time for the Authorities to make a decision on future provision of EVI."
        },
        "secondStage": {
          "maximumCandidates": 6
        },
        "selectionCriteria": {
          "criteria": [
            {
              "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. \nIf 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.\nWMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submission deadline.\nProspective 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:\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nProfessional Indemnity Insurance = \u00a35,000,000\nProduct Liability Insurance = \u00a310,000,000\nA response of \u0027No\u0027 or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation.",
              "type": "economic"
            },
            {
              "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.",
              "type": "technical"
            },
            {
              "description": "Meeting all Conditions of Participation\nplus\n4 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
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Standalone Above Ground Asset (SAGA)",
        "value": {
          "amountGross": 600000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Technical",
              "numbers": [
                {
                  "number": 65,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 15,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Commercial",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2041-03-31T23:59:59Z",
          "maxExtentDate": "2043-03-31T23:59:59Z",
          "startDate": "2026-02-01T00:00:00Z"
        },
        "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.",
        "hasRenewal": true,
        "id": "2",
        "renewal": {
          "description": "Contracts will include 2 x 12-month options to extend which may be invoked at WMCA\u0027s discretion to allow additional time for the Authorities to make a decision on future provision of EVI."
        },
        "secondStage": {
          "maximumCandidates": 6
        },
        "selectionCriteria": {
          "criteria": [
            {
              "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. \nIf 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.\nWMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submission deadline.\nProspective 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:\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nProfessional Indemnity Insurance = \u00a35,000,000\nProduct Liability Insurance = \u00a310,000,000\nA response of \u0027No\u0027 or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation.",
              "type": "economic"
            },
            {
              "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.",
              "type": "technical"
            },
            {
              "description": "Meeting all Conditions of Participation\nplus\n4 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
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "StreetLight Integrated Chargers (SLIC)",
        "value": {
          "amountGross": 80000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Technical",
              "numbers": [
                {
                  "number": 65,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 15,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Commercial",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2041-03-31T23:59:59Z",
          "maxExtentDate": "2043-03-31T23:59:59Z",
          "startDate": "2026-02-01T00:00:00Z"
        },
        "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.",
        "hasRenewal": true,
        "id": "3",
        "renewal": {
          "description": "Contracts will include 2 x 12-month options to extend which may be invoked at WMCA\u0027s discretion to allow additional time for the Authorities to make a decision on future provision of EVI."
        },
        "secondStage": {
          "maximumCandidates": 6
        },
        "selectionCriteria": {
          "criteria": [
            {
              "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. \nIf 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.\nWMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submission deadline.\nProspective 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:\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nProfessional Indemnity Insurance = \u00a35,000,000\nProduct Liability Insurance = \u00a310,000,000\nA response of \u0027No\u0027 or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation.",
              "type": "economic"
            },
            {
              "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.",
              "type": "technical"
            },
            {
              "description": "Meeting all Conditions of Participation\nplus\n4 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
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Minimum Impact Charging Equipment (MICE)",
        "value": {
          "amountGross": 80000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Technical",
              "numbers": [
                {
                  "number": 65,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 15,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Commercial",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2041-03-31T23:59:59Z",
          "maxExtentDate": "2043-03-31T23:59:59Z",
          "startDate": "2026-02-01T00:00:00Z"
        },
        "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).",
        "hasRenewal": true,
        "id": "4",
        "renewal": {
          "description": "Contracts will include 2 x 12-month options to extend which may be invoked at WMCA\u0027s discretion to allow additional time for the Authorities to make a decision on future provision of EVI."
        },
        "secondStage": {
          "maximumCandidates": 6
        },
        "selectionCriteria": {
          "criteria": [
            {
              "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. \nIf 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.\nWMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submission deadline.\nProspective 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:\nEmployer\u0027s (Compulsory) Liability Insurance = \u00a310,000,000\nPublic Liability Insurance = \u00a310,000,000\nProfessional Indemnity Insurance = \u00a35,000,000\nProduct Liability Insurance = \u00a310,000,000\nA response of \u0027No\u0027 or failure to attach suitable evidence of the commitment will Fail to meet this condition of participation.",
              "type": "economic"
            },
            {
              "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.",
              "type": "technical"
            },
            {
              "description": "Meeting all Conditions of Participation\nplus\n4 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
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Higher Powered Charging (HPC)",
        "value": {
          "amountGross": 80000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "This Competitive Flexible Procedure procurement will be conducted over 2 stages.\nThe 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.\nThe 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."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "Risk: LA partner deciding to withdraw from programme. \nImpact: Change to geographical spread of chargepoints installed across the region, which could affect concessionaire\u0027s commercial model. \nRisk: Changes to National Grid capacity and/or costs \nImpact: Reduction in number of chargepoints installed during delivery period and increased value of funding required per chargepoint \nRisk: Escalation of international conflicts / Increase of trade tariffs / Emergence of Epidemic/Pandemic \nImpact: Significant rise in costs or lack of availability of equipment and materials",
    "specialRegime": [
      "concession"
    ],
    "status": "active",
    "submissionMethodDetails": "All documents must be submitted through the relevant activity on Bravo Solution, WMCA\u0027s e-tendering portal.\nhttps://wmca.bravosolution.co.uk/go/54885504019759403934",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "West Midlands Electric Vehicle Infrastructure (EVI) Concession",
    "value": {
      "amountGross": 840000000,
      "currency": "GBP"
    }
  }
}