Tender

PROC 7514 - Electrical sub-station upgrade programme

  • London Fire Commissioner

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-047054

Procurement identifier (OCID): ocds-h6vhtk-054662 (view related notices)

Published 7 August 2025, 4:58pm



Scope

Description

The London Fire Commissioner is engaged in a Carbon Net Zero programme in support of the Lord Mayors Carbon Net Zero plans (CNZ) for 2030. The reduction in carbon emissions relies more heavily on electric consumption, this increasing demand requires sub-station upgrades across our estate as part of that holistic solution. As part of our approach, we seek to electrify our fleet of vehicles which adds considerably to a restructure of our electrical supply solution.

We seek Independent Connection Providers to deliver this stage of our upgrade Works to the sixteen (16) Fire Stations listed within the ITT documentation and listed below for completeness.

Premises Required site supply (kva)

Hendon 1mva

Holloway 500

Ruislip 1mva

Poplar 1mva

Deptford 500

Clapham 1MVA

Tooting 1mva

Wandsworth 1mva

Harrow 1mva

Kingston 1mva

Barking 1mva

Stratford 1mva

Beckenham 1mva

Biggin Hill 500

Lewisham 1mva

Wallington 500

Total value (estimated)

  • £7,000,000 excluding VAT
  • £8,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 3 October 2025 to 10 August 2026
  • 10 months, 8 days

Main procurement category

Works

CPV classifications

  • 31200000 - Electricity distribution and control apparatus
  • 31210000 - Electrical apparatus for switching or protecting electrical circuits
  • 31600000 - Electrical equipment and apparatus
  • 31682000 - Electricity supplies
  • 45315100 - Electrical engineering installation works
  • 45315300 - Electricity supply installations
  • 45317200 - Electrical installation work of transformers

Contract locations

  • UKI - London

Submission

Enquiry deadline

19 September 2025, 3:00pm

Submission type

Tenders

Tender submission deadline

19 September 2025, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 October 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Simple description

Stage 1

PSQ and Quality Evaluation to include a 20% allowance for Responsible Procurement. The top 5 scoring bidders shall be shortlisted to participate in Stage 2

Stage 2

Follow-on Quality assessment...

Price

Weighting description

Stage 1

PSQ and Quality Evaluation to include a 20% allowance for Responsible Procurement. The top 5 scoring bidders shall be shortlisted to participate in Stage 2

Stage 2

Follow-on Quality assessment (40%) and

Commercial proposal with Rate Card (60%)


Other information

Payment terms

30 Days

Description of risks to contract performance

DNO approval timescales my delay completion

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This event will contain 4 Lots containing different Fire Stations and will be conducted in two stages as follows:

Stage 1 to include a PSQ in combination with Quality evaluation (including Responsible Procurement at 20%). This will shortlist the top 5 scoring bidders who score above the quality threshold to complete the Stage 2 evaluation.

In the event that fewer than 5 bidders exceed the quality threshold (of 40%) to progress then that number of suppliers will be the number that are progressed to stage 2.

Stage 2 includes both a Commercial and Delivery Capability evaluation during which, bidders can select which Lots they intend to bid for. Bidders will be able to bid for as many Lots as they wish.

The commercial evaluation seeks firm pricing for the bidders technical solution for delivery, bidders shall outline the decision making process for the solution and how they will resource delivery within the timescales available. Bidder are required to convince the LFC of their ability to deliver the Lots they wish to secure. Both the commercial and Delivery Assessment elements of the bidders proposal(s) shall be evaluated against the following weighting - Quality 40%, commercial 60%. A round of clarification meetings will allow the LFC to complete our evaluation, testing bidders delivery approach where required. Responses will be re-scored as necessary to complete the evaluation and identify the winning bidder for each Lot by combining the commercial and Delivery Assessment scores together. The highest score for each Lot being awarded, provided that all other conditions within the ITT are met.

We shall seek to award a maximum of 4 contracts under this event, one for each Lot.


Documents

Documents to be provided after the tender notice

Full ITT document set will be provided on the LFC Procurement Portal. Please use the In-Tend joining instructions attached above to register and confirm your registration to: Paul.farmery@london-fire.gov.uk


Contracting authority

London Fire Commissioner

  • Public Procurement Organisation Number: PVBD-9678-ZYDR

169 Union Street

London

SE1 0LL

United Kingdom

Contact name: Paul Farmery

Telephone: 07764444118

Email: contractssection@london-fire.gov.uk

Region: UKI44 - Lewisham and Southwark

Organisation type: Public authority - sub-central government