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
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
Region: UKI44 - Lewisham and Southwark
Organisation type: Public authority - sub-central government