Tender

Supply of Electrical Material for Central Line Fleet (92 Tube Stock)

LONDON UNDERGROUND LIMITED

This public procurement record has 6 releases in its history.

TenderUpdate

17 Feb 2026 at 11:02

TenderUpdate

08 Jan 2026 at 18:13

Tender

05 Jan 2026 at 12:24

PlanningUpdate

17 Oct 2025 at 15:00

Planning

19 Sep 2025 at 09:24

Planning

21 May 2025 at 18:13

Summary of the contracting process

London Underground Limited, through Transport for London (TfL), is seeking suppliers for the "Supply of Electrical Material for Central Line Fleet (92 Tube Stock)". The procurement process covers critical electrical components including bespoke electronic communications network harnesses, general harnesses, and various off-the-shelf electrical parts. This tender, with an estimated value of £5,489,436, is categorised under goods and utilities. There are three lots, each aimed at different electrical materials needed for 69 trains. The procurement uses a competitive flexible procedure through selective methods. The current stage is the tender phase with an expression of interest deadline set for 25 March 2026, followed by an inquiry period until 21 March 2026. Award announcements are expected by 26 August 2026.

This tender offers growth opportunities for various businesses, particularly those with capabilities in engineering and manufacturing of electrical components for transportation systems. Small and medium-sized enterprises (SMEs) are encouraged to participate, with suitability criteria tailored to support them. Suppliers experienced in technical knowledge for rail-related applications or similarly regulated sectors will be well-suited to compete, especially if they can demonstrate strong financial and economic standing, safety, health and environment credentials, and deliverability capabilities. By competing in this procurement, businesses gain the chance to secure substantial contracts, potentially extending up to 24 months beyond the initial contract period to account for any unforeseen delays. The segmented lot structure allows for focused competition and greater chances for different suppliers to contribute to this significant public transport infrastructure project.

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

Supply of Electrical Material for Central Line Fleet (92 Tube Stock)

Notice Description

The scope of materials to be procured is clearly defined in a Bill of Materials (BoM) prepared by LUL Engineering, covering 69 trains, including 2 spares. The BoM has been grouped into three (3) Lots to facilitate easier tracking, planning and procurement as follows: * Bespoke Electronic Communications Network (ECN) Harnesses required by critical DTS (Data Transmission System) and PIS (Passenger Information System) parts. These bespoke components also form part of the design integration for the other saloon systems, i.e. CCTV. The design has been verified and validated. * General Electronic Communications Network (ECN) Harnesses; TfL has sufficient data (Drawings, specifications etc.) to allow harnesses and its components to be sourced from a range of suppliers * Various electrical components and spares - these parts are mainly off-the-shelf products, with reference to specialised packaging and labelling in the correct sequence to support efficient installation.

Lot Information

Bespoke Electronic Communications Network (ECN) Harnesses

The bespoke harnesses are required by critical Data Transmission System (DTS) and Passenger Information System (PIS ) parts. They consist of bespoke components that also form part of the design integration for the other saloon systems, i.e. CCTV. The design has been verified and validated.

Options: An option of up to 24-month extension is included to accommodate for any time loss.

Renewal: The contract has the option to be extended in duration for up to 12 months to facilitate unplanned events.

General Electronic Communications Network (ECN) Harnesses

TfL will provide Drawings and Specifications of General ECN Harnesses and its components required to enable complete harness assemblies.

Options: An option of up to 24-month extension is included to accommodate for any time loss.

Renewal: In anticipation for any Project delays and unplanned activities

Various Electrical Components and Spares

A range of electrical miscellaneous off the shelf parts with reference to specialised packaging and labelling in the correct sequence to support efficient installation.

Options: An option of up to 24-month extension is included to accommodate for any time loss.

Renewal: Option for extension in place to allow for delays to delivery/programme, possible re-work of materials, etc...

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051c4f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014187-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

32 - Radio, television, communication, telecommunication and related equipment

34 - Transport equipment and auxiliary products to transportation

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

31321200 - Low- and medium-voltage cable

31321210 - Low-voltage cable

31321220 - Medium-voltage cable

31330000 - Coaxial cable

31650000 - Insulating fittings

31670000 - Electrical parts of machinery or apparatus

31680000 - Electrical supplies and accessories

32581000 - Data-communications equipment

32581100 - Data-transmission cable

34600000 - Railway and tramway locomotives and rolling stock and associated parts

34940000 - Railway equipment

44322000 - Cable accessories

Notice Value(s)

Tender Value
£4,574,530 £1M-£10M
Lots Value
£4,574,530 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Feb 20265 days ago
Submission Deadline
13 Jan 2026Expired
Future Notice Date
24 Oct 2025Expired
Award Date
Not specified
Contract Period
25 Aug 2026 - 25 Aug 2031 Over 5 years
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
Olutunde Sigbeku
Contact Email
olutunde.sigbeku@tube.tfl.gov.uk
Contact Phone
Not specified

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

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-051c4f-2026-02-17T11:02:10Z",
    "date": "2026-02-17T11:02:10Z",
    "ocid": "ocds-h6vhtk-051c4f",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "024383-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024383-2025",
                "datePublished": "2025-05-21T19:13:54+01:00",
                "format": "text/html"
            },
            {
                "id": "058005-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/058005-2025",
                "datePublished": "2025-09-19T10:24:18+01:00",
                "format": "text/html"
            },
            {
                "id": "066440-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066440-2025",
                "datePublished": "2025-10-17T16:00:10+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PHMT-6197-NWNZ",
            "name": "Transport for London",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHMT-6197-NWNZ"
            },
            "address": {
                "streetAddress": "5 Endeavour Square",
                "locality": "London",
                "postalCode": "E20 1JN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "name": "Olutunde Sigbeku",
                "email": "olutunde.sigbeku@tube.tfl.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            },
            "roleDetails": "Transport for London is procuring on behalf of their subsidiary London Underground Limited."
        },
        {
            "id": "GB-COH-01900907",
            "name": "London Underground Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01900907"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PWJB-7544-VZCL"
                }
            ],
            "address": {
                "streetAddress": "5 Endeavour Square",
                "locality": "London",
                "postalCode": "E20 1JN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "email": "olutunde.sigbeku@tube.tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicUndertaking",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-01900907",
        "name": "London Underground Limited"
    },
    "tender": {
        "id": "WS2529583306",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Supply of Electrical Material for Central Line Fleet (92 Tube Stock)",
        "description": "The scope of materials to be procured is clearly defined in a Bill of Materials (BoM) prepared by LUL Engineering, covering 69 trains, including 2 spares. The BoM has been grouped into three (3) Lots to facilitate easier tracking, planning and procurement as follows: * Bespoke Electronic Communications Network (ECN) Harnesses required by critical DTS (Data Transmission System) and PIS (Passenger Information System) parts. These bespoke components also form part of the design integration for the other saloon systems, i.e. CCTV. The design has been verified and validated. * General Electronic Communications Network (ECN) Harnesses; TfL has sufficient data (Drawings, specifications etc.) to allow harnesses and its components to be sourced from a range of suppliers * Various electrical components and spares - these parts are mainly off-the-shelf products, with reference to specialised packaging and labelling in the correct sequence to support efficient installation.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31321200",
                        "description": "Low- and medium-voltage cable"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31321210",
                        "description": "Low-voltage cable"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31321220",
                        "description": "Medium-voltage cable"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32581100",
                        "description": "Data-transmission cable"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34600000",
                        "description": "Railway and tramway locomotives and rolling stock and associated parts"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31330000",
                        "description": "Coaxial cable"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31650000",
                        "description": "Insulating fittings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34940000",
                        "description": "Railway equipment"
                    }
                ],
                "relatedLot": "2",
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31650000",
                        "description": "Insulating fittings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31670000",
                        "description": "Electrical parts of machinery or apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31680000",
                        "description": "Electrical supplies and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32581000",
                        "description": "Data-communications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44322000",
                        "description": "Cable accessories"
                    }
                ],
                "relatedLot": "3",
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "mainProcurementCategory": "goods",
        "specialRegime": [
            "utilities"
        ],
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-26T00:00:00+01:00",
                    "endDate": "2031-08-25T23:59:59+01:00",
                    "maxExtentDate": "2032-06-28T23:59:59+01:00"
                },
                "status": "active",
                "title": "Bespoke Electronic Communications Network (ECN) Harnesses",
                "description": "The bespoke harnesses are required by critical Data Transmission System (DTS) and Passenger Information System (PIS ) parts. They consist of bespoke components that also form part of the design integration for the other saloon systems, i.e. CCTV. The design has been verified and validated.",
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract has the option to be extended in duration for up to 12 months to facilitate unplanned events."
                },
                "identifiers": [
                    {
                        "id": "Lot 1"
                    }
                ],
                "value": {
                    "amountGross": 3720000,
                    "amount": 3100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Commercial Criteria further described within the tender documentation. Price 40% Technical Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 30% Deliverability Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 20% Social Value Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 10%",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Commercial"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology of their manufacturing and accredited quality system to supply goods in accordance with the BOM, specification and drawings.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Deliverability",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology to meet our programme and delivery requirements.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Bidders will be measured by positive social, economic and environmental outcomes created by specific Qualitative and Quantitative measures via a Social Value Portal.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Compliance with the T&C's, at the discretion of LUL and Price of the goods in accordance with the Bill Of Materials, Specification, Drawings and Deliverability requirements.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology of their manufacturing and accredited quality system to supply goods in accordance with the BOM, specification and drawings.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Deliverability",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology to meet our programme and delivery requirements.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Bidders will be measured by positive social, economic and environmental outcomes created by specific Qualitative and Quantitative measures via a Social Value Portal.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Compliance with the T&C's, at the discretion of LUL and Price of the goods in accordance with the Bill Of Materials, Specification, Drawings and Deliverability requirements.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - SSQ (Selection Questionnaire) Assessment Method: Pre-defined scoring and weighting mechanism. Some sections assessed as Pass/Fail. Key Areas Assessed: Economic & Financial Standing Safety, Health & Environment Technical Capability & Experience Project-Specific Questions Shortlisting Rule: Top five suppliers meeting minimum requirements will proceed. TfL may shortlist more than five if scores are tied. Suppliers failing minimum requirements are ineligible. Stage 2 & 3 - Tender Evaluation Sections Evaluated: Technical Submission Pass/Fail for compliance with specification and BOM. Weighted scoring for methodology and quality systems. Must meet minimum overall score. Deliverability Scored on ability to meet programme and delivery requirements. Must achieve minimum score. Commercial Compliance with Terms & Conditions. Price aligned with BOM/specification/drawings. Social Value Submission via Social Value Portal using London TOM System. Evaluation Methods Pass/Fail: Default is Fail unless unequivocal evidence proves compliance. Discretionary Pass/Fail: TfL may use discretion for borderline cases but failure in key areas can lead to exclusion. Summary Logic: Suppliers are first filtered through SSQ based on compliance and minimum standards in financial, safety, technical, and project-specific areas. The top five (or more if tied) move to tender stages, where technical, deliverability, commercial, and social value submissions are scored. Failure to meet minimum thresholds at any stage results in exclusion.",
                            "forReduction": true
                        },
                        {
                            "description": "Suppliers are assessed through Procurement Specific Questions (PSQ) based on compliance and minimum standards in Financial and Economic standing, Safety, Health & Environment (SHE), Technical knowledge, and Project-specific areas. The aim is to shortlist the PSQ's to the top five (or more if tied).",
                            "forReduction": true
                        },
                        {
                            "description": "Suppliers are assessed through Procurement Specific Questions (PSQ) based on compliance and minimum standards in Financial and Economic standing, Safety, Health & Environment (SHE), Technical knowledge, and Project-specific areas. The aim is to shortlist the PSQ's to the top five (or more if tied).",
                            "forReduction": true
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "An option of up to 24-month extension is included to accommodate for any time loss."
                }
            },
            {
                "id": "2",
                "title": "General Electronic Communications Network (ECN) Harnesses",
                "description": "TfL will provide Drawings and Specifications of General ECN Harnesses and its components required to enable complete harness assemblies.",
                "status": "active",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-26T00:00:00+01:00",
                    "endDate": "2031-08-25T23:59:59+01:00",
                    "maxExtentDate": "2032-05-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "In anticipation for any Project delays and unplanned activities"
                },
                "identifiers": [
                    {
                        "id": "Lot 2"
                    }
                ],
                "value": {
                    "amountGross": 927360,
                    "amount": 772800,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Commercial Criteria further described within the tender documentation. Price 40% Technical Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 30% Deliverability Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 20% Social Value Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 10%",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Commercial"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology of their manufacturing and accredited quality system to supply goods in accordance with the BOM, specification and drawings.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Deliverability",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology to meet our programme and delivery requirements.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Bidders will be measured by positive social, economic and environmental outcomes created by specific Qualitative and Quantitative measures via a Social Value Portal.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Compliance with the T&C's, at the discretion of LUL and Price of the goods in accordance with the Bill Of Materials, Specification, Drawings and Deliverability requirements.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology of their manufacturing and accredited quality system to supply goods in accordance with the BOM, specification and drawings.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Deliverability",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology to meet our programme and delivery requirements.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Bidders will be measured by positive social, economic and environmental outcomes created by specific Qualitative and Quantitative measures via a Social Value Portal.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Compliance with the T&C's, at the discretion of LUL and Price of the goods in accordance with the Bill Of Materials, Specification, Drawings and Deliverability requirements.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - SSQ (Selection Questionnaire) Assessment Method: Pre-defined scoring and weighting mechanism. Some sections assessed as Pass/Fail. Key Areas Assessed: Economic & Financial Standing Safety, Health & Environment Technical Capability & Experience Project-Specific Questions Shortlisting Rule: Top five suppliers meeting minimum requirements will proceed. TfL may shortlist more than five if scores are tied. Suppliers failing minimum requirements are ineligible. Stage 2 & 3 - Tender Evaluation Sections Evaluated: Technical Submission Pass/Fail for compliance with specification and BOM. Weighted scoring for methodology and quality systems. Must meet minimum overall score. Deliverability Scored on ability to meet programme and delivery requirements. Must achieve minimum score. Commercial Compliance with Terms & Conditions. Price aligned with BOM/specification/drawings. Social Value Submission via Social Value Portal using London TOM System. Evaluation Methods Pass/Fail: Default is Fail unless unequivocal evidence proves compliance. Discretionary Pass/Fail: TfL may use discretion for borderline cases but failure in key areas can lead to exclusion. Summary Logic: Suppliers are first filtered through SSQ based on compliance and minimum standards in financial, safety, technical, and project-specific areas. The top five (or more if tied) move to tender stages, where technical, deliverability, commercial, and social value submissions are scored. Failure to meet minimum thresholds at any stage results in exclusion.",
                            "forReduction": true
                        },
                        {
                            "description": "Suppliers are assessed through Procurement Specific Questions (PSQ) based on compliance and minimum standards in Financial and Economic standing, Safety, Health & Environment (SHE), Technical knowledge, and Project-specific areas. The aim is to shortlist the PSQ's to the top five (or more if tied).",
                            "forReduction": true
                        },
                        {
                            "description": "Suppliers are assessed through Procurement Specific Questions (PSQ) based on compliance and minimum standards in Financial and Economic standing, Safety, Health & Environment (SHE), Technical knowledge, and Project-specific areas. The aim is to shortlist the PSQ's to the top five (or more if tied).",
                            "forReduction": true
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "An option of up to 24-month extension is included to accommodate for any time loss."
                }
            },
            {
                "id": "3",
                "title": "Various Electrical Components and Spares",
                "description": "A range of electrical miscellaneous off the shelf parts with reference to specialised packaging and labelling in the correct sequence to support efficient installation.",
                "status": "active",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-26T00:00:00+01:00",
                    "endDate": "2031-08-25T23:59:59+01:00",
                    "maxExtentDate": "2032-04-14T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option for extension in place to allow for delays to delivery/programme, possible re-work of materials, etc..."
                },
                "identifiers": [
                    {
                        "id": "Lot 3"
                    }
                ],
                "value": {
                    "amountGross": 842076,
                    "amount": 701730,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Commercial Criteria further described within the tender documentation. Price 40% Technical Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 30% Deliverability Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 20% Social Value Detailed within the Invitation to Tender and Procurement Specific Questionnaire for this requirement. Quality 10%",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Commercial"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology of their manufacturing and accredited quality system to supply goods in accordance with the BOM, specification and drawings.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Deliverability",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology to meet our programme and delivery requirements.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Bidders will be measured by positive social, economic and environmental outcomes created by specific Qualitative and Quantitative measures via a Social Value Portal.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Compliance with the T&C's, at the discretion of LUL and Price of the goods in accordance with the Bill Of Materials, Specification, Drawings and Deliverability requirements.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology of their manufacturing and accredited quality system to supply goods in accordance with the BOM, specification and drawings.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Deliverability",
                            "description": "Bidders will be required to provide evidence to demonstrate methodology to meet our programme and delivery requirements.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Bidders will be measured by positive social, economic and environmental outcomes created by specific Qualitative and Quantitative measures via a Social Value Portal.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Compliance with the T&C's, at the discretion of LUL and Price of the goods in accordance with the Bill Of Materials, Specification, Drawings and Deliverability requirements.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - SSQ (Selection Questionnaire) Assessment Method: Pre-defined scoring and weighting mechanism. Some sections assessed as Pass/Fail. Key Areas Assessed: Economic & Financial Standing Safety, Health & Environment Technical Capability & Experience Project-Specific Questions Shortlisting Rule: Top five suppliers meeting minimum requirements will proceed. TfL may shortlist more than five if scores are tied. Suppliers failing minimum requirements are ineligible. Stage 2 & 3 - Tender Evaluation Sections Evaluated: Technical Submission Pass/Fail for compliance with specification and BOM. Weighted scoring for methodology and quality systems. Must meet minimum overall score. Deliverability Scored on ability to meet programme and delivery requirements. Must achieve minimum score. Commercial Compliance with Terms & Conditions. Price aligned with BOM/specification/drawings. Social Value Submission via Social Value Portal using London TOM System. Evaluation Methods Pass/Fail: Default is Fail unless unequivocal evidence proves compliance. Discretionary Pass/Fail: TfL may use discretion for borderline cases but failure in key areas can lead to exclusion. Summary Logic: Suppliers are first filtered through SSQ based on compliance and minimum standards in financial, safety, technical, and project-specific areas. The top five (or more if tied) move to tender stages, where technical, deliverability, commercial, and social value submissions are scored. Failure to meet minimum thresholds at any stage results in exclusion.",
                            "forReduction": true
                        },
                        {
                            "description": "Suppliers are assessed through Procurement Specific Questions (PSQ) based on compliance and minimum standards in Financial and Economic standing, Safety, Health & Environment (SHE), Technical knowledge, and Project-specific areas. The aim is to shortlist the PSQ's to the top five (or more if tied).",
                            "forReduction": true
                        },
                        {
                            "description": "Suppliers are assessed through Procurement Specific Questions (PSQ) based on compliance and minimum standards in Financial and Economic standing, Safety, Health & Environment (SHE), Technical knowledge, and Project-specific areas. The aim is to shortlist the PSQ's to the top five (or more if tied).",
                            "forReduction": true
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "An option of up to 24-month extension is included to accommodate for any time loss."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-24T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 5489436,
            "amount": 4574530,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "aboveThreshold": true,
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-13T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-08-26T23:59:59+01:00"
        },
        "procedure": {
            "features": "* Notices will be published via Find a Tender Service (FTS). * Three separate Lots will be let, where bidders are permitted to bid for more than one lot. * Conditions of Participation to be included in the Procurement Specific Questionnaire (PSQ) will be used for shortlisting. * Shortlisted Bidders will be invited to submit their initial offers in accordance with the evaluation criteria. TfL will then evaluate and rank the submitted Offers. * Following the evaluation of Initial Offers, TfL reserves the right to either award the contract without negotiation or proceed to the negotiation stage with all remaining Bidders."
        },
        "submissionMethodDetails": "This procurement process is being conducted electronically on the e-Tendering portal SAP Ariba. The portal can be accessed via the following link: https://service.ariba.com/Supplier.aw SAP Ariba event reference number: Doc2877208245 As part of the bid submission Bidders should also be registered on the Central Digital Platform and completed all the relevant registration questions. A useful guide can be found here: https://www.youtube.com/watch?v=XxsbVW4q-k0 To access the procurement documents, tenderers will need to be registered on the e-Tendering portal - SAP Ariba. 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. (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 AllenAwatefe@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, or ERP ID, or 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 ITT event in SAP Ariba to gain access to the procurement documents, allowing interested bidders to submit their ITT response via SAP Ariba. 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. Tenders must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of the procurement and terms of the contract and the rules of the procurement process before submitting their tender response. If you encounter problems, please contact allenawatefe@tfl.gov.uk or Ariba_Supplier_Enablement@tfl.gov.uk in good time.",
        "expressionOfInterestDeadline": "2026-03-25T14:00:00Z",
        "enquiryPeriod": {
            "endDate": "2026-03-21T23:59:00Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "000275-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000275-2026",
                "datePublished": "2026-01-05T12:24:38Z",
                "format": "text/html"
            },
            {
                "id": "001649-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001649-2026",
                "datePublished": "2026-01-08T18:13:52Z",
                "format": "text/html"
            },
            {
                "id": "014187-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014187-2026",
                "datePublished": "2026-02-17T11:02:10Z",
                "format": "text/html"
            }
        ],
        "techniques": {
            "hasElectronicAuction": true
        }
    },
    "language": "en"
}