Scope
Reference
CW14397
Description
This requirement is for the delivery of a production-ready digital planning tool that enables emergency services (Police, Fire and Rescue, and Ambulance Trusts) to effectively plan and deliver the decarbonisation of their vehicle fleets and operational estates.
The solution must support strategic electrification planning, improve visibility of electricity network headroom, and reduce the likelihood of unnecessary or premature network reinforcement, while embedding the operational resilience requirements unique to blue light organisations.
The requirement builds directly on the outputs of the completed Phase 1 innovation activity, which validated user need, defined functional and non-functional requirements, and produced tested wireframes and user journeys with engagement from over 60 emergency service organisations. The scope of this commission is therefore delivery focused, translating those agreed designs into an operational system rather than rerunning discovery or design activity.
Core Functional Requirements:
The supplier is required to deliver a minimum viable product (MVP) that provides an endto-end planning journey for a defined set of emergency service sites, including:
- A guided workflow enabling users to model fleet electrification, estate electrification, and associated load impacts.
- Visibility of site-level electrical capacity and network headroom, including constraint indicators and reinforcement triggers.
- Scenario modelling to assess different decarbonisation pathways, including:
- ICE-to-EV fleet replacement logic, charger sizing and charging profiles.
- Specialist vehicle considerations.
- Heat pump, solar PV, battery storage and smart charging options.
- Indicative costs, timescales, and lead-time estimates to support funding, business case development, and connection decisions.
- Portfolio-level aggregation to support roadmap development and prioritisation (post-MVP expansion).
Technical and Delivery Requirements :
The solution must:
-Be delivered as a logically separate, multi-tenanted application built on the existing UKPN ChargePoint Navigator platform and infrastructure, enabling interaction with UKPN systems such as Smart Gateway, NetMap, Autoquote and connection application services.
- Configure and extend existing backend services, data models and APIs to operationalise the agreed wireframes.
- Integrate multiple datasets, including estate data, fleet data, and network capacity information, with appropriate validation, error handling and feedback mechanisms.
- Comply with UK Power Networks' cybersecurity, information governance, and Azure hosting requirements, including agreed authentication and SSO arrangements.
- Be designed from the outset for replication, scale, and transition to business-as-usual (BAU)
The MVP must be production-ready by March 2026 to meet project and customer timelines and to generate evidence for wider rollout decisions.
Contract 1
Supplier
Contract value
- £450,000 excluding VAT
- £540,000 including VAT
Above the relevant threshold
Award decision date
12 February 2026
Standstill period
- End: 23 February 2026
- 8 working days
Earliest date the contract will be signed
24 February 2026
Contract dates (estimated)
- 24 February 2026 to 23 July 2026
- Possible extension to 23 July 2031
- 5 years, 5 months
Description of possible extension:
The period for which this Agreement may be extended is up to 5 years in 1-year increments.
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
The right to additional purchases while the contract is valid.
The right to make additional purchases while the contract is valid.
There is a control change in place allowing the right to additional purchases and additional services.
CPV classifications
- 72000000 - IT services: consulting, software development, Internet and support
Contract locations
- UK - United Kingdom
Procedure
Procedure type
Direct award
Special regime
Utilities
Direct award justification
- Single supplier - intellectual property or exclusive rights
- Single supplier - technical reasons
- Additional or repeat goods, services or works - extension or partial replacement
Schedule 5, paragraph 5 of PA23 applies: The following conditions are met in relation to the public contract:
(a)due to a particular supplier having intellectual property rights or other exclusive rights, only that supplier can supply the goods, services or works required, and
(b)there are no reasonable alternatives to those goods, services or works.
Schedule 5, paragraph 6 of PA23 applies: The following conditions are met in relation to the public contract:
(a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and
(b)there are no reasonable alternatives to those goods, services or works.
Schedule 5, paragraph 7 of PA23 applies: The following conditions are met in relation to the public contract:The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where-
(a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and
(b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance.
Supplier
DOTTED EYES SOLUTIONS LIMITED
- Companies House: 09506624
- Public Procurement Organisation Number: PVGJ-7732-XZLR
1 - 3 College Yard
Worcester
WR1 2LB
United Kingdom
Region: UKG12 - Worcestershire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
Contracting authority
UK POWER NETWORKS (OPERATIONS) LIMITED
- Companies House: 03870728
- Public Procurement Organisation Number: PGGV-9992-RNGD
Newington House, 237 Southwark Bridge Road
London
SE1 6NP
United Kingdom
Region: UKI44 - Lewisham and Southwark
Organisation type: Private utility