Tender

TfL Solar Private Wire Delivery Partner

LONDON UNDERGROUND LIMITED

This public procurement record has 2 releases in its history.

Tender

31 Oct 2024 at 09:04

Planning

14 Apr 2023 at 09:14

Summary of the contracting process

London Underground Limited (LUL) is actively seeking a Delivery Partner for its TfL Solar Private Wire project under a single supplier framework agreement. This initiative, totalling an estimated value of £175 million, aims to supply zero-carbon electricity directly from decentralised sources to the London Underground network, substantially reducing carbon emissions. The procurement falls under the solar energy industry category, encompassing regions UKI and UKJ, and is currently in the tender stage. Key deadlines include the tender submission deadline on 20th December 2024. The competitive dialogue procurement method will involve a multi-stage evaluation process, leading to a framework agreement potentially extending up to eight years.

This tender represents a significant opportunity for businesses specialising in renewable energy projects, particularly those with expertise in solar photovoltaic systems and infrastructure development. The selected Delivery Partner will collaborate closely with LUL to identify and develop suitable sites, gain necessary approvals, and construct solar farms. Businesses focused on environmental sustainability, innovative energy solutions, and efficient project execution will find this contract particularly advantageous for growth. Additionally, the framework's potential to develop battery storage solutions and optimise solar generation efficiency further broadens the scope for diverse energy organisations to contribute and expand their market presence.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

TfL Solar Private Wire Delivery Partner

Notice Description

This procurement is being 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) is seeking to appoint 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. The arrangement will take 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

This is a Call for Competition under the Utilities Contracts Regulations (2016) inviting candidates to participate in this competition process. The high-level objectives for the Private Wire project are: * To directly connect new-build renewable solar PV generation to LU's power network (and/or other parts of the TfL estate in due course); to be financed, designed, delivered, and operated by the successful bidder; * To reduce TfL's operational carbon emissions, taking into account the whole life carbon emissions of the solar farm; * To minimise carbon emissions during the development of the solar farm through to the decommissioning phase; * To ensure social, environmental and economic sustainability are considered in the procurement of energy; * To minimise disruption to wildlife and the local community; and * To improve the biodiversity in the area of any solar facilities and meet the biodiversity net gain requirements as detailed in Volume 2 - Specification of the draft Invitation to Submit Outline (ISOS) tender pack. LUL (or a member of the TfL Group) will purchase generation from the solar farm in accordance with the terms of the associated PPA at an agreed price. Any solar farm developed will be owned by the Delivery Partner, with LUL (or the relevant member of the TfL Group) to pay a unit price for the corresponding electricity. Although LUL envisages that PPAs will take the form of newly-built solar assets, LUL may consider existing assets on a site-by-site basis. The procurement process is being carried out under the Competitive Dialogue procedure and will consist of five (5) stages; Stage 1: Selection Questionnaire ('SQ'); Stage 2: Invitation to Submit Outline Solution ('ISOS') Stage 3: Invitation to Participate in Dialogue ('ITPD'); Stage 4: Dialogue; and Stage 5: Invitation to Submit Final Tender ('ISFT'). This procurement process commences with an SQ through which a shortlist of the six (6) highest-ranking compliant and suitably qualified bidders will be generated. Further stages are described in detail in the available documentation. Following evaluation of the ISFT stage, the highest-ranking bidder will be awarded the place on the framework agreement. LUL reserves the right to award two (2) framework agreements pursuant to this procurement. Refer to section III.2.2 for further details on this provision. Additional information: REGISTERING ON THE E-TENDERING PORTAL (I.3) The following instructions explain TfL's e-tendering portal and provide guidance on how interested parties will be able to communicate with TfL in relation to this exercise. (1) To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw. Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to: https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. (2) Once you have registered on SAP Ariba (or are already registered), you must also register on TfL's SAP Ariba system through the following link: https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL. Guidance on registering is available through the following link: here https://content.tfl.gov.uk/supplier-registration.pdf. (3) Upon completion of steps 1 and/or 2, interested parties must inform Tufail Ahmed via email (TufailAhmed@tfl.gov.uk) with the following details: - your organisation name as registered in SAP Ariba; - your applicable supplier ID associated with TfL in SAP Ariba, in the form of SM Vendor ID, ERP ID, AN ID or ACM ID; - your single point of contact registered on SAP Ariba; first name and surname; - your email address registered with SAP Ariba; and - your role in the organisation as registered with SAP Ariba. Completion of these steps will enable TfL to invite interested parties to the event in SAP Ariba to gain access to the procurement documents, allowing interested bidders to submit their SQ submission via SAP Ariba by the deadline stated in IV.2.2. Please contact Ariba_Supplier_Enablement@tfl.gov.uk in the first instance should you experience any problems with the portal for issues related to items 1 and 2 above. Please contact TufailAhmed@tfl.gov.uk should you experience any other problems with the portal following completion of all three steps above. ESTIMATED TOTAL VALUE (II.1.5) The estimated value of the framework referred to in section II.1.5 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, 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/035263-2024
Current Stage
Tender
All Stages
Planning, Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

31 - Electrical machinery, apparatus, equipment and consumables; lighting

45 - Construction work

65 - Public utilities

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

09000000 - Petroleum products, fuel, electricity and other sources of energy

09330000 - Solar energy

31712347 - Power or solar diodes

45111200 - Site preparation and clearance work

45111250 - Ground investigation work

45112340 - Soil-decontamination work

45251100 - Construction work for power plant

45261215 - Solar panel roof-covering work

45262640 - Environmental improvement works

45311000 - Electrical wiring and fitting work

45317300 - Electrical installation work of electrical distribution apparatus

65300000 - Electricity distribution and related services

65400000 - Other sources of energy supplies and distribution

65500000 - Meter reading service

71313440 - Environmental Impact Assessment (EIA) services for construction

90711000 - Environmental impact assessment other than for construction

Notice Value(s)

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

Notice Dates

Publication Date
31 Oct 20241 years ago
Submission Deadline
20 Dec 2024Expired
Future Notice Date
1 Nov 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON UNDERGROUND LIMITED
Additional Buyers

TRANSPORT FOR LONDON

Contact Name
Jasmine Moss
Contact Email
jasminemoss@tfl.gov.uk
Contact Phone
+44 7514492010

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

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-03bea3-2024-10-31T09:04:35Z",
    "date": "2024-10-31T09:04:35Z",
    "ocid": "ocds-h6vhtk-03bea3",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03bea3",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "TfL Solar Private Wire Delivery Partner",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "09330000",
            "description": "Solar energy"
        },
        "mainProcurementCategory": "goods",
        "description": "This procurement is being 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) is seeking to appoint 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. The arrangement will take 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": "This is a Call for Competition under the Utilities Contracts Regulations (2016) inviting candidates to participate in this competition process. The high-level objectives for the Private Wire project are: * To directly connect new-build renewable solar PV generation to LU's power network (and/or other parts of the TfL estate in due course); to be financed, designed, delivered, and operated by the successful bidder; * To reduce TfL's operational carbon emissions, taking into account the whole life carbon emissions of the solar farm; * To minimise carbon emissions during the development of the solar farm through to the decommissioning phase; * To ensure social, environmental and economic sustainability are considered in the procurement of energy; * To minimise disruption to wildlife and the local community; and * To improve the biodiversity in the area of any solar facilities and meet the biodiversity net gain requirements as detailed in Volume 2 - Specification of the draft Invitation to Submit Outline (ISOS) tender pack. LUL (or a member of the TfL Group) will purchase generation from the solar farm in accordance with the terms of the associated PPA at an agreed price. Any solar farm developed will be owned by the Delivery Partner, with LUL (or the relevant member of the TfL Group) to pay a unit price for the corresponding electricity. Although LUL envisages that PPAs will take the form of newly-built solar assets, LUL may consider existing assets on a site-by-site basis. The procurement process is being carried out under the Competitive Dialogue procedure and will consist of five (5) stages; Stage 1: Selection Questionnaire ('SQ'); Stage 2: Invitation to Submit Outline Solution ('ISOS') Stage 3: Invitation to Participate in Dialogue ('ITPD'); Stage 4: Dialogue; and Stage 5: Invitation to Submit Final Tender ('ISFT'). This procurement process commences with an SQ through which a shortlist of the six (6) highest-ranking compliant and suitably qualified bidders will be generated. Further stages are described in detail in the available documentation. Following evaluation of the ISFT stage, the highest-ranking bidder will be awarded the place on the framework agreement. LUL reserves the right to award two (2) framework agreements pursuant to this procurement. Refer to section III.2.2 for further details on this provision. Additional information: REGISTERING ON THE E-TENDERING PORTAL (I.3) The following instructions explain TfL's e-tendering portal and provide guidance on how interested parties will be able to communicate with TfL in relation to this exercise. (1) To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw. Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to: https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. (2) Once you have registered on SAP Ariba (or are already registered), you must also register on TfL's SAP Ariba system through the following link: https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL. Guidance on registering is available through the following link: here https://content.tfl.gov.uk/supplier-registration.pdf. (3) Upon completion of steps 1 and/or 2, interested parties must inform Tufail Ahmed via email (TufailAhmed@tfl.gov.uk) with the following details: - your organisation name as registered in SAP Ariba; - your applicable supplier ID associated with TfL in SAP Ariba, in the form of SM Vendor ID, ERP ID, AN ID or ACM ID; - your single point of contact registered on SAP Ariba; first name and surname; - your email address registered with SAP Ariba; and - your role in the organisation as registered with SAP Ariba. Completion of these steps will enable TfL to invite interested parties to the event in SAP Ariba to gain access to the procurement documents, allowing interested bidders to submit their SQ submission via SAP Ariba by the deadline stated in IV.2.2. Please contact Ariba_Supplier_Enablement@tfl.gov.uk in the first instance should you experience any problems with the portal for issues related to items 1 and 2 above. Please contact TufailAhmed@tfl.gov.uk should you experience any other problems with the portal following completion of all three steps above. ESTIMATED TOTAL VALUE (II.1.5) The estimated value of the framework referred to in section II.1.5 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": "active",
                "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, 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."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09000000",
                        "description": "Petroleum products, fuel, electricity and other sources of energy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31712347",
                        "description": "Power or solar diodes"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111200",
                        "description": "Site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111250",
                        "description": "Ground investigation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112340",
                        "description": "Soil-decontamination work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45251100",
                        "description": "Construction work for power plant"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45261215",
                        "description": "Solar panel roof-covering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262640",
                        "description": "Environmental improvement works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45311000",
                        "description": "Electrical wiring and fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45317300",
                        "description": "Electrical installation work of electrical distribution apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65300000",
                        "description": "Electricity distribution and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65400000",
                        "description": "Other sources of energy supplies and distribution"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65500000",
                        "description": "Meter reading service"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313440",
                        "description": "Environmental Impact Assessment (EIA) services for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711000",
                        "description": "Environmental impact assessment other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "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": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
                        "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": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
                        "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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-128737",
        "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."
}