Notice Information
Notice Title
PE3 Blue Light Innovation
Notice Description
This requirement is for the delivery of a production-ready digital planning tool that enables emergency services (Police, Fire and Rescue, and Ambulance Trusts) to effectively plan and deliver the decarbonisation of their vehicle fleets and operational estates. The solution must support strategic electrification planning, improve visibility of electricity network headroom, and reduce the likelihood of unnecessary or premature network reinforcement, while embedding the operational resilience requirements unique to blue light organisations. The requirement builds directly on the outputs of the completed Phase 1 innovation activity, which validated user need, defined functional and non-functional requirements, and produced tested wireframes and user journeys with engagement from over 60 emergency service organisations. The scope of this commission is therefore delivery focused, translating those agreed designs into an operational system rather than rerunning discovery or design activity. Core Functional Requirements: The supplier is required to deliver a minimum viable product (MVP) that provides an endto-end planning journey for a defined set of emergency service sites, including: - A guided workflow enabling users to model fleet electrification, estate electrification, and associated load impacts. - Visibility of site-level electrical capacity and network headroom, including constraint indicators and reinforcement triggers. - Scenario modelling to assess different decarbonisation pathways, including: - ICE-to-EV fleet replacement logic, charger sizing and charging profiles. - Specialist vehicle considerations. - Heat pump, solar PV, battery storage and smart charging options. - Indicative costs, timescales, and lead-time estimates to support funding, business case development, and connection decisions. - Portfolio-level aggregation to support roadmap development and prioritisation (post-MVP expansion). Technical and Delivery Requirements : The solution must: -Be delivered as a logically separate, multi-tenanted application built on the existing UKPN ChargePoint Navigator platform and infrastructure, enabling interaction with UKPN systems such as Smart Gateway, NetMap, Autoquote and connection application services. - Configure and extend existing backend services, data models and APIs to operationalise the agreed wireframes. - Integrate multiple datasets, including estate data, fleet data, and network capacity information, with appropriate validation, error handling and feedback mechanisms. - Comply with UK Power Networks' cybersecurity, information governance, and Azure hosting requirements, including agreed authentication and SSO arrangements. - Be designed from the outset for replication, scale, and transition to business-as-usual (BAU) The MVP must be production-ready by March 2026 to meet project and customer timelines and to generate evidence for wider rollout decisions.
Procurement Information
Schedule 5, paragraph 5 of PA23 applies: The following conditions are met in relation to the public contract: (a)due to a particular supplier having intellectual property rights or other exclusive rights, only that supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. Schedule 5, paragraph 6 of PA23 applies: The following conditions are met in relation to the public contract: (a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. Schedule 5, paragraph 7 of PA23 applies: The following conditions are met in relation to the public contract:The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where- (a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0646f8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013162-2026
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £450,000 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Feb 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 4 Feb 20262 weeks ago
- Contract Period
- 24 Feb 2026 - 23 Jul 2026 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UK POWER NETWORKS (OPERATIONS) LIMITED
- Contact Name
- Not specified
- Contact Email
- indirects.procurement@ukpowernetworks.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 6NP
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- Not specified
-
- Local Authority
- Southwark
- Electoral Ward
- St George's
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013162-2026
12th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/009990-2026
4th February 2026 - Transparency notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0646f8-2026-02-12T17:03:14Z",
"date": "2026-02-12T17:03:14Z",
"ocid": "ocds-h6vhtk-0646f8",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-03870728",
"name": "UK POWER NETWORKS (OPERATIONS) LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "03870728"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGGV-9992-RNGD"
}
],
"address": {
"streetAddress": "Newington House, 237 Southwark Bridge Road",
"locality": "London",
"postalCode": "SE1 6NP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI44"
},
"contactPoint": {
"email": "Indirects.Procurement@ukpowernetworks.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "privateUtility",
"scheme": "UK_CA_TYPE",
"description": "Private utility"
}
]
}
},
{
"id": "GB-COH-09506624",
"name": "DOTTED EYES SOLUTIONS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "09506624"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVGJ-7732-XZLR"
}
],
"address": {
"streetAddress": "1 - 3 College Yard",
"locality": "Worcester",
"postalCode": "WR1 2LB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG12"
},
"contactPoint": {
"email": "craig.stephenson@field-dynamics.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.field-dynamics.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-03870728",
"name": "UK POWER NETWORKS (OPERATIONS) LIMITED"
},
"tender": {
"id": "CW14397",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "PE3 Blue Light Innovation",
"description": "This requirement is for the delivery of a production-ready digital planning tool that enables emergency services (Police, Fire and Rescue, and Ambulance Trusts) to effectively plan and deliver the decarbonisation of their vehicle fleets and operational estates. The solution must support strategic electrification planning, improve visibility of electricity network headroom, and reduce the likelihood of unnecessary or premature network reinforcement, while embedding the operational resilience requirements unique to blue light organisations. The requirement builds directly on the outputs of the completed Phase 1 innovation activity, which validated user need, defined functional and non-functional requirements, and produced tested wireframes and user journeys with engagement from over 60 emergency service organisations. The scope of this commission is therefore delivery focused, translating those agreed designs into an operational system rather than rerunning discovery or design activity. Core Functional Requirements: The supplier is required to deliver a minimum viable product (MVP) that provides an endto-end planning journey for a defined set of emergency service sites, including: - A guided workflow enabling users to model fleet electrification, estate electrification, and associated load impacts. - Visibility of site-level electrical capacity and network headroom, including constraint indicators and reinforcement triggers. - Scenario modelling to assess different decarbonisation pathways, including: - ICE-to-EV fleet replacement logic, charger sizing and charging profiles. - Specialist vehicle considerations. - Heat pump, solar PV, battery storage and smart charging options. - Indicative costs, timescales, and lead-time estimates to support funding, business case development, and connection decisions. - Portfolio-level aggregation to support roadmap development and prioritisation (post-MVP expansion). Technical and Delivery Requirements : The solution must: -Be delivered as a logically separate, multi-tenanted application built on the existing UKPN ChargePoint Navigator platform and infrastructure, enabling interaction with UKPN systems such as Smart Gateway, NetMap, Autoquote and connection application services. - Configure and extend existing backend services, data models and APIs to operationalise the agreed wireframes. - Integrate multiple datasets, including estate data, fleet data, and network capacity information, with appropriate validation, error handling and feedback mechanisms. - Comply with UK Power Networks' cybersecurity, information governance, and Azure hosting requirements, including agreed authentication and SSO arrangements. - Be designed from the outset for replication, scale, and transition to business-as-usual (BAU) The MVP must be production-ready by March 2026 to meet project and customer timelines and to generate evidence for wider rollout decisions.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "Schedule 5, paragraph 5 of PA23 applies: The following conditions are met in relation to the public contract: (a)due to a particular supplier having intellectual property rights or other exclusive rights, only that supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. Schedule 5, paragraph 6 of PA23 applies: The following conditions are met in relation to the public contract: (a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. Schedule 5, paragraph 7 of PA23 applies: The following conditions are met in relation to the public contract:The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where- (a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance.",
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersIntellectualPropertyExclusiveRights"
},
{
"id": "singleSuppliersTechnicalReasons"
},
{
"id": "additionalRepeatExtensionPartialReplacement"
}
],
"specialRegime": [
"utilities"
],
"lots": [
{
"id": "1",
"status": "complete"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"value": {
"amountGross": 540000,
"amount": 450000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-09506624",
"name": "DOTTED EYES SOLUTIONS LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2026-02-24T00:00:00Z",
"endDate": "2026-07-23T23:59:59+01:00",
"maxExtentDate": "2031-07-23T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The period for which this Agreement may be extended is up to 5 years in 1-year increments."
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. The right to make additional purchases while the contract is valid. There is a control change in place allowing the right to additional purchases and additional services."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "009990-2026",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/009990-2026",
"datePublished": "2026-02-04T13:32:25Z",
"format": "text/html"
},
{
"id": "013162-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013162-2026",
"datePublished": "2026-02-12T17:03:14Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-24T23:59:59Z",
"status": "scheduled"
}
],
"date": "2026-02-12T00:00:00Z",
"standstillPeriod": {
"endDate": "2026-02-23T23:59:59Z"
}
}
],
"language": "en"
}