Award

TfL Solar Private Wire Delivery Partner

LONDON UNDERGROUND LIMITED

This public procurement record has 3 releases in its history.

Award

31 Mar 2026 at 13:09

Tender

31 Oct 2024 at 09:04

Planning

14 Apr 2023 at 09:14

Summary of the contracting process

The procurement process led by Transport for London (TfL) aims to establish a framework agreement for a Solar Private Wire Delivery Partner to supply zero-carbon electricity from decentralised solar sources. London Underground Limited (LUL), acting as the contracting authority, will manage this initiative to reduce carbon emissions associated with its operations. The framework spans an initial term of four years with potential extensions up to eight years, with contracts called off via Power Purchase Agreements (PPAs). This Competitive Dialogue procedure consists of five stages, culminating in the awarding of the framework contract to SSE Utility Solutions Limited. The total estimated value of the framework is £175 million, aligned with the procurement's strategic goals under the CPV classification of solar energy. The project site locations are set within UK regions UKI and UKJ.

This tender represents a significant opportunity for enterprises within the renewable energy sector, particularly those capable of delivering sustainable solar energy solutions that integrate into urban infrastructure. Strategic partnerships with TfL offer potential business growth and acknowledgment as leaders in renewable energy. Businesses that can demonstrate technical proficiency, commercial viability, and innovative environmental stewardship stand to gain in this procurement process, aligning their offerings with the sustainability targets of TfL. Moreover, the procurement process supports diverse energy solutions, including solar farms' development and maintenance, battery storage opportunities, and enhanced efficiency measures. Such ventures facilitate long-term collaborations, benefiting both businesses and the burgeoning solar energy market.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

TfL Solar Private Wire Delivery Partner

Notice Description

This procurement was undertaken by Transport for London (TfL) on behalf of London Underground Limited (LUL). The primary objective of TfL's Solar Private Wire project is to enable TfL to directly receive zero-carbon electricity from decentralised sources, reducing the carbon emissions associated with its operations. The project is primarily focused on private wire connections to new-build solar photovoltaic generation. The contracting authority (LUL) has appointed an economic operator (a 'Delivery Partner') with whom it can work collaboratively in order to deliver solar private wire projects within reasonable proximity to the London Underground network. Opportunities may also extend to connections into the broader TfL estate. LUL envisages that PPAs will take the form of newly-built solar assets, and LUL may also consider existing assets on a site-by-site basis. The arrangement takes the form of a single supplier framework agreement, allowing for individual projects to be subsequently 'called-off' (i.e. negotiated and contracted for via a private/direct wire Power Purchase Agreement (PPA)). The framework agreement will be for a duration of four (4) years, with an option to extend for up to a further four (4) years; the option to execute any extension, and the increments by which this is exercised, will be at LUL's sole discretion. The contracting authority (and the party to the framework agreement) will be LUL. In addition to LUL, other members of the TfL Group may call-off from the framework agreement. In this case the relevant TfL entity will be the contracting entity who will be party to the PPA. Where LUL is mentioned in this contract notice, it may also incorporate other members of the TfL Group in its meaning. The number of PPAs that may be entered into is not fixed or limited and the anticipated length of any PPA under the framework is approximately 25 years (subject to the specific nature of site). The activities that LUL envisages the Delivery Partner will undertake include (but are not limited to): (a) preparing, developing and submitting a strategy that outlines potential sites upon which solar farms may be developed (including the identification of suitable sites corresponding to the land classification (i.e. greenfield, brownfield etc.)) and developing project proposals from sites identified; (b) obtaining all relevant approvals, consents and permissions from the relevant authorities and third parties (as applicable) in relation to any site that is to be taken forward as a solar farm; and (c) provided that certain contractual requirements are met, undertaking necessary activities in order to design, construct, operate and maintain the solar farm and related connection assets. Additional associated services that LUL may request from the Delivery Partner include (but are not limited to): (a) battery storage opportunities related to the installed solar arrays; and (b) services and products related to the optimisation of generation and efficiency of the installed solar arrays.

Lot Information

Lot 1

The procurement process was carried out under the Competitive Dialogue procedure, consisting of five (5) stages. Full details for the down selection of economic operators (bidders) at the end of each stage were provided in the procurement documents. High-level details are below. Stage 1: Selection Questionnaire ('SQ') - Up to six (6) highest-ranking compliant bidders invited to ISOS; Stage 2: Invitation to Submit Outline Solution ('ISOS') - Up to three (3) highest-ranking compliant bidders invited to Dialogue; Stage 3: Invitation to Participate in Dialogue ('ITPD') - No down selection; Stage 4: Dialogue - No down selection; and Stage 5: Invitation to Submit Final Tender ('ISFT') - Highest-ranking compliant bidder is awarded the framework agreement. Following evaluation of the ISFT stage, the highest-ranking bidder has been awarded the place on the framework agreement. Additional information: REGISTERING ON THE E-TENDERING PORTAL Interested parties were provided with instructions on how to register and communicate with TfL in regard to this exercise, as detailed in the Contract Notice (2024/S 000-035263). ESTIMATED TOTAL VALUE (II.1.7 & V.2.4) The estimated value of the framework referred to in sections II.1.7 and V.2.4 has been developed assuming LUL (including members of the TfL Group) purchases renewable energy through solar farms equating to 64MW of capacity through the framework agreement. This value may fluctuate (increase) in accordance with changes in the economics of the energy market.

Options: 48 month initial term (initial expiry is February 2030), with optional extension(s) of up to an additional 48 months, at the sole discretion of the contracting authority. The total duration of contract, inclusive of any extension provision is 96 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03bea3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029720-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy


CPV Codes

09330000 - Solar energy

Notice Value(s)

Tender Value
£175,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£175,000,000 £100M-£1B

Notice Dates

Publication Date
31 Mar 20263 weeks ago
Submission Deadline
20 Dec 2024Expired
Future Notice Date
1 Nov 2023Expired
Award Date
23 Dec 20254 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LONDON UNDERGROUND LIMITED
Additional Buyers

TRANSPORT FOR LONDON

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Supplier Information

Number of Suppliers
1
Supplier Name

SSE UTILITY SOLUTIONS

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-03bea3-2026-03-31T14:09:43+01:00",
    "date": "2026-03-31T14:09:43+01:00",
    "ocid": "ocds-h6vhtk-03bea3",
    "initiationType": "tender",
    "tender": {
        "id": "CW88305 (tender reference WS1600084734)",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "TfL Solar Private Wire Delivery Partner",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "09330000",
            "description": "Solar energy"
        },
        "mainProcurementCategory": "goods",
        "description": "This procurement was undertaken by Transport for London (TfL) on behalf of London Underground Limited (LUL). The primary objective of TfL's Solar Private Wire project is to enable TfL to directly receive zero-carbon electricity from decentralised sources, reducing the carbon emissions associated with its operations. The project is primarily focused on private wire connections to new-build solar photovoltaic generation. The contracting authority (LUL) has appointed an economic operator (a 'Delivery Partner') with whom it can work collaboratively in order to deliver solar private wire projects within reasonable proximity to the London Underground network. Opportunities may also extend to connections into the broader TfL estate. LUL envisages that PPAs will take the form of newly-built solar assets, and LUL may also consider existing assets on a site-by-site basis. The arrangement takes the form of a single supplier framework agreement, allowing for individual projects to be subsequently 'called-off' (i.e. negotiated and contracted for via a private/direct wire Power Purchase Agreement (PPA)). The framework agreement will be for a duration of four (4) years, with an option to extend for up to a further four (4) years; the option to execute any extension, and the increments by which this is exercised, will be at LUL's sole discretion. The contracting authority (and the party to the framework agreement) will be LUL. In addition to LUL, other members of the TfL Group may call-off from the framework agreement. In this case the relevant TfL entity will be the contracting entity who will be party to the PPA. Where LUL is mentioned in this contract notice, it may also incorporate other members of the TfL Group in its meaning. The number of PPAs that may be entered into is not fixed or limited and the anticipated length of any PPA under the framework is approximately 25 years (subject to the specific nature of site). The activities that LUL envisages the Delivery Partner will undertake include (but are not limited to): (a) preparing, developing and submitting a strategy that outlines potential sites upon which solar farms may be developed (including the identification of suitable sites corresponding to the land classification (i.e. greenfield, brownfield etc.)) and developing project proposals from sites identified; (b) obtaining all relevant approvals, consents and permissions from the relevant authorities and third parties (as applicable) in relation to any site that is to be taken forward as a solar farm; and (c) provided that certain contractual requirements are met, undertaking necessary activities in order to design, construct, operate and maintain the solar farm and related connection assets. Additional associated services that LUL may request from the Delivery Partner include (but are not limited to): (a) battery storage opportunities related to the installed solar arrays; and (b) services and products related to the optimisation of generation and efficiency of the installed solar arrays.",
        "lots": [
            {
                "id": "1",
                "description": "The procurement process was carried out under the Competitive Dialogue procedure, consisting of five (5) stages. Full details for the down selection of economic operators (bidders) at the end of each stage were provided in the procurement documents. High-level details are below. Stage 1: Selection Questionnaire ('SQ') - Up to six (6) highest-ranking compliant bidders invited to ISOS; Stage 2: Invitation to Submit Outline Solution ('ISOS') - Up to three (3) highest-ranking compliant bidders invited to Dialogue; Stage 3: Invitation to Participate in Dialogue ('ITPD') - No down selection; Stage 4: Dialogue - No down selection; and Stage 5: Invitation to Submit Final Tender ('ISFT') - Highest-ranking compliant bidder is awarded the framework agreement. Following evaluation of the ISFT stage, the highest-ranking bidder has been awarded the place on the framework agreement. Additional information: REGISTERING ON THE E-TENDERING PORTAL Interested parties were provided with instructions on how to register and communicate with TfL in regard to this exercise, as detailed in the Contract Notice (2024/S 000-035263). ESTIMATED TOTAL VALUE (II.1.7 & V.2.4) The estimated value of the framework referred to in sections II.1.7 and V.2.4 has been developed assuming LUL (including members of the TfL Group) purchases renewable energy through solar farms equating to 64MW of capacity through the framework agreement. This value may fluctuate (increase) in accordance with changes in the economics of the energy market.",
                "status": "cancelled",
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "Refer to the procurement documents for full details for the down selection of economic operators (bidders) at the end of each stage. High-level details are below. Stage 1: SQ - Six (6) highest-ranking compliant bidders invited to ISOS. Stage 2: ISOS - Three (3) highest-ranking compliant bidders invited to Dialogue. Stage 5: ISFT - Highest-ranking compliant bidder is awarded the framework agreement."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "48 month initial term (initial expiry is February 2030), with optional extension(s) of up to an additional 48 months, at the sole discretion of the contracting authority. The total duration of contract, inclusive of any extension provision is 96 months."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Commercial",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09330000",
                        "description": "Solar energy"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-11-01T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-12-20T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "value": {
            "amount": 175000000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://service.ariba.com/Supplier.aw",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders wishing to participate should access the detailed procurement documents referred to in this contract notice, decide on their interest in and capacity and capability to deliver the services, supplies and/or works which are the subject matter of this contract notice and complete and submit the SQ by the deadline date specified in section IV.2.2. Further instructions and guidance are included in the SQ Instructions and other procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "The contracting authority expressly reserves the right to require a candidate to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in the SQ."
        },
        "contractTerms": {
            "performanceTerms": "Dormant supplier provisions It should be noted that LUL reserves the right to award two (2) framework agreements pursuant to this procurement, one to each of the two highest ranked compliant bidders at ISFT stage: the first to the winning bidder (as selected in accordance with the procurement process outlined in the procurement documents), and the second as a 'dormant' supplier. Full details for the application of this provision are available within Volume 3 - Framework Agreement of the draft ISOS tender pack. Where LUL awards a framework agreement to a dormant supplier, such framework agreement will take substantially the same form but will contain appropriate provisions in respect of when it will come into effect (i.e. where certain performance-based failures occur, resulting in a termination of the framework agreement with the winning bidder). All other conditions related to the framework agreement are as stated in the procurement documents."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2025-02-02T00:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "In accordance with the Utilities Contracts Regulations 2016 (S.I. 2016/274), Part 5. Please note that award decision notices (standstill letters) will be issued under Regulation 101 (and a Regulation 102 standstill period will be observed) at the completion of the ISFT stage. This is the point at which the award decision is taken and at which the competitive procurement process concludes (but without prejudice to the dormant supplier provision as described in III.2.2). No further standstill letters will be issued, and there will be no further standstill periods observed."
    },
    "parties": [
        {
            "id": "GB-FTS-14777",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "5 ENDEAVOUR SQUARE",
                "locality": "LONDON",
                "region": "UKI",
                "postalCode": "E201JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jasmine Moss",
                "telephone": "+44 7514492010",
                "email": "jasminemoss@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk/",
                "buyerProfile": "https://service.ariba.com/Supplier.aw",
                "classifications": [
                    {
                        "id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "Urban railway, tramway, trolleybus or bus services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-128737",
            "name": "London Underground Limited",
            "identifier": {
                "legalName": "London Underground Limited",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "5 ENDEAVOUR SQUARE",
                "locality": "LONDON",
                "region": "UKI",
                "postalCode": "E20 1JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jasmine Moss",
                "telephone": "+44 7514492010",
                "email": "JasmineMoss@tfl.gov.uk",
                "url": "https://service.ariba.com/Supplier.aw"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk/",
                "buyerProfile": "https://service.ariba.com/Supplier.aw",
                "classifications": [
                    {
                        "id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "Urban railway, tramway, trolleybus or bus services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-6109",
            "name": "HM Courts and Tribunal Service",
            "identifier": {
                "legalName": "HM Courts and Tribunal Service"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-56407",
            "name": "London Underground Limited",
            "identifier": {
                "legalName": "London Underground Limited",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "5 Endeavour Square",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E20 1JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jasmine Moss",
                "telephone": "+44 7514492010",
                "email": "JasmineMoss@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk/",
                "buyerProfile": "https://service.ariba.com/Supplier.aw",
                "classifications": [
                    {
                        "id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "Urban railway, tramway, trolleybus or bus services"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-06894120",
            "name": "SSE Utility Solutions Limited",
            "identifier": {
                "legalName": "SSE Utility Solutions Limited",
                "id": "06894120",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "No. 1 Forbury Place, 43 Forbury Road,",
                "locality": "Reading",
                "region": "UK",
                "postalCode": "RG1 3JH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-56408",
            "name": "HM High Courts and Tribunal Service",
            "identifier": {
                "legalName": "HM High Courts and Tribunal Service"
            },
            "address": {
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-56407",
        "name": "London Underground Limited"
    },
    "language": "en",
    "description": "The contracting authority is a complex organisation operating both as a subsidiary of TfL which is a functional body of the Greater London Authority (GLA) under the direction of the Mayor of London and as a provider of transport services. The contract or contracts (if any) resulting from this call for competition may be awarded by and may be for the benefit of the contracting authority and/or any of TfL's subsidiaries. Any part of the contracting authority and/or any of TfL's subsidiaries may award contracts as appropriate. The contracting authority reserves the right to award the contract in whole or in part or not at all as a result of this call for competition. The contracting authority shall not be liable for any costs or expenses incurred by any bidders in considering and/or responding to the procurement process. If applicable, all discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in sterling and all payments made under the contract will be in sterling. The contracting authority intends to use electronic means including the internet in carrying out the procurement process. The contracting authority strongly supports and implements the GLA Group Responsible Procurement Policy. Details about the policy can be found on: https://www.london.gov.uk/sites/default/files/gla_group_responsible_procurement_policy_2021.pdf. Further details as to the application of the Greater London Authority Group Responsible Procurement Policy to this procurement will be set out in the tender documents. Further information on TfL may be found at www.tfl.gov.uk. The contracting authority may interview any or all companies who express an interest in tendering for this work. The framework agreement and call-off contract may include special conditions relating to performance, which may include economic, innovation-related, environmental, social and/or employment-related considerations.",
    "awards": [
        {
            "id": "029720-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-06894120",
                    "name": "SSE Utility Solutions Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029720-2026-1",
            "awardID": "029720-2026-1",
            "status": "active",
            "value": {
                "amount": 175000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-12-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 15
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 15
            }
        ]
    }
}