Notice Information
Notice Title
Trams Control System Renewal Programme
Notice Description
The London Trams Control system was originally installed in the late 1990s when the system was constructed and comprised two distinct elements: 1. The Trams Management System (TMS), installed in the depot at Therapia Lane and comprises software and hardware components responsible for taking information from equipment across the tram network and providing status and control capabilities to control room operational and maintenance staff. The TMS additionally performs a SCADA function, including software and Remote Terminal Units (RTUs) at the various traction power supply substations positioned across the network. 2. The Programmable Logic Controllers (PLCs) installed at various locations around the tram network, provide autonomous local decision making and control of aspects of the signalling and control system. Communication between these elements is provided by a distributed fibre-optic communications system. The PLCs are original equipment and have been in use since the inauguration of the network at the turn of the century. The TMS is a more recent installation having been replaced in 2014. Both parts of the control system contain elements that are becoming obsolete and nearing life expiry. TfL is therefore procuring the design, delivery and implementation of a replacement system to encompass the full control system requirements, replacing the existing TMS, RTUs and PLCs. The requirement will also cover ongoing maintenance and support services. The procurement is for award of two contracts to the same supplier, one for the design, delivery and implementation of the replacement system, and one for the ongoing maintenance and support services. The maintenance contract will commence following the implementation of the replacement system, on a minimum term of five years and an option to extend for the life of the system. The estimated 7-year contract duration entered covers the estimated duration of the system replacement (est. 2 years) and initial maintenance term (5 years), with the option to extend the maintenance services for up to a further 15 years (covering the expected system life of 20 years total). The contracting entity for this procurement will be Tramtrack Croydon Limited, which is a 100% owned subsidiary of Transport for London.
Lot Information
Lot 1
Options: The maintenance and support services contract shall allow for enhancement and renewal support to meet future network demand and asset management strategy.
Renewal: The maintenance and support services contract includes options to extend the contract for the life of the system.
Planning Information
TfL issued a 'F01: Prior information notice' on Find a Tender Service on 19th January 2024. This was published under the Utilities Contract Regulation 2016. Interested parties responding to this notice were issued a Market Sounding Questionnaire (MSQ) with a deadline for completion by 13th March 2024 for feedback to be considered. The scope of the MSQ covered: Interest Capability and experience Need for sub-contracting Existing software/hardware availability Contracting approach Engineering challenges, technical and commercial risk Maintenance and support Innovation Sessions were subsequently held with respondees assessed as having the capability and experience for the scope of works based on their MSQ responses. Each session further explored the responses to the MSQ questions. The market sounding confirmed adequate interest and capability to progress this procurement. The scope of this procurement has not changed as a result of the engagement, though clarity is now provided that the procurement will encompass the requirement for ongoing maintenance and support services. In addition, it is confirmed that the design, delivery and installation of the replacement system will be on a fixed price basis. TfL is not seeking further engagement prior to the Tender Notice being issued, but requests interested suppliers take note of revised procurement timeframes, with the Tender Notice now planned for publication in July 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050baa
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/042411-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
-
- CPV Codes
32570000 - Communications equipment
34600000 - Railway and tramway locomotives and rolling stock and associated parts
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Notice Value(s)
- Tender Value
- £24,000,000 £10M-£100M
- Lots Value
- £24,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Jul 20257 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 24 Jul 2025Expired
- Award Date
- Not specified
- Contract Period
- 4 Jan 2027 - 31 Dec 2033 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Lesley Rossi
- Contact Email
- lesleyrossi@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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/042411-2025
23rd July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018528-2025
1st May 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
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-050baa-2025-07-23T14:33:04+01:00",
"date": "2025-07-23T14:33:04+01:00",
"ocid": "ocds-h6vhtk-050baa",
"initiationType": "tender",
"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": "Lesley Rossi",
"email": "LesleyRossi@tfl.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.tfl.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHMT-6197-NWNZ",
"name": "Transport for London"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "TfL issued a 'F01: Prior information notice' on Find a Tender Service on 19th January 2024. This was published under the Utilities Contract Regulation 2016. Interested parties responding to this notice were issued a Market Sounding Questionnaire (MSQ) with a deadline for completion by 13th March 2024 for feedback to be considered. The scope of the MSQ covered: Interest Capability and experience Need for sub-contracting Existing software/hardware availability Contracting approach Engineering challenges, technical and commercial risk Maintenance and support Innovation Sessions were subsequently held with respondees assessed as having the capability and experience for the scope of works based on their MSQ responses. Each session further explored the responses to the MSQ questions. The market sounding confirmed adequate interest and capability to progress this procurement. The scope of this procurement has not changed as a result of the engagement, though clarity is now provided that the procurement will encompass the requirement for ongoing maintenance and support services. In addition, it is confirmed that the design, delivery and installation of the replacement system will be on a fixed price basis. TfL is not seeking further engagement prior to the Tender Notice being issued, but requests interested suppliers take note of revised procurement timeframes, with the Tender Notice now planned for publication in July 2025.",
"dateMet": "2024-03-13T00:00:00Z",
"status": "met"
}
],
"documents": [
{
"id": "018528-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018528-2025",
"datePublished": "2025-05-01T15:53:03+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "WS2124341025 / LTC-23-607",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Trams Control System Renewal Programme",
"description": "The London Trams Control system was originally installed in the late 1990s when the system was constructed and comprised two distinct elements: 1. The Trams Management System (TMS), installed in the depot at Therapia Lane and comprises software and hardware components responsible for taking information from equipment across the tram network and providing status and control capabilities to control room operational and maintenance staff. The TMS additionally performs a SCADA function, including software and Remote Terminal Units (RTUs) at the various traction power supply substations positioned across the network. 2. The Programmable Logic Controllers (PLCs) installed at various locations around the tram network, provide autonomous local decision making and control of aspects of the signalling and control system. Communication between these elements is provided by a distributed fibre-optic communications system. The PLCs are original equipment and have been in use since the inauguration of the network at the turn of the century. The TMS is a more recent installation having been replaced in 2014. Both parts of the control system contain elements that are becoming obsolete and nearing life expiry. TfL is therefore procuring the design, delivery and implementation of a replacement system to encompass the full control system requirements, replacing the existing TMS, RTUs and PLCs. The requirement will also cover ongoing maintenance and support services. The procurement is for award of two contracts to the same supplier, one for the design, delivery and implementation of the replacement system, and one for the ongoing maintenance and support services. The maintenance contract will commence following the implementation of the replacement system, on a minimum term of five years and an option to extend for the life of the system. The estimated 7-year contract duration entered covers the estimated duration of the system replacement (est. 2 years) and initial maintenance term (5 years), with the option to extend the maintenance services for up to a further 15 years (covering the expected system life of 20 years total). The contracting entity for this procurement will be Tramtrack Croydon Limited, which is a 100% owned subsidiary of Transport for London.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32570000",
"description": "Communications equipment"
},
{
"scheme": "CPV",
"id": "34600000",
"description": "Railway and tramway locomotives and rolling stock and associated parts"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 28800000,
"amount": 24000000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"additionalProcurementCategories": [
"services"
],
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2027-01-04T00:00:00Z",
"endDate": "2033-12-31T23:59:59Z",
"maxExtentDate": "2048-12-31T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 28800000,
"amount": 24000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "Criteria are further described within the tender documentation.",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "Criteria are further described within the tender documentation.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "Criteria are further described within the tender documentation.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Detailed within the Procurement Specific Questionnaire for this requirement."
},
{
"type": "technical",
"description": "Detailed within the Procurement Specific Questionnaire for this requirement."
}
]
},
"renewal": {
"description": "The maintenance and support services contract includes options to extend the contract for the life of the system."
},
"hasOptions": true,
"options": {
"description": "The maintenance and support services contract shall allow for enhancement and renewal support to meet future network demand and asset management strategy."
}
}
],
"communication": {
"futureNoticeDate": "2025-07-24T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This tender will follow the competitive flexible procedure comprising the following stages: Stage 1) Participation Stage - comprising a Procurement Specific Questionnaire (PSQ, including Conditions of Participation) and Declaration forms in accordance with the Participation Stage documents. The four highest scoring compliant Applicants will progress to the following: Stage 2) Invitation to Submit Initial Tender (ISIT) Stage - comprising Technical, Social value and Commercial submissions and in accordance with the ITT documents. TfL will reserve the right to dialogue with Bidders during the ISIT stage. TfL may also elect to hold one or more negotiation stages in accordance with the ITT documents. If TfL proceeds with one or more negotiation stages, TfL will proceed with: 3) Invitation to Negotiate (ITN) Stage 4) Invitation to Submit Final Tenders (ISFT) Stage All stages are further described in the Participation and Tender documents which will be available on TfL's SAP Ariba e-tendering portal to interested and registered suppliers."
},
"submissionMethodDetails": "TfL e-Tendering: This procurement process is being conducted electronically on TfL's e-Tendering portal SAP Ariba. Participation and Tender documentation will be available on this portal to all interested Applicants. The portal can be accessed via the following link: https://service.ariba.com/Supplier.aw Central Digital Platform: As part of the participation, Applicants should also be registered on the Central Digital Platform and have completed all the relevant registration questions. Further details can be found here: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html SAP Ariba Registration: 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 LesleyRossi@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 sourcing event in SAP Ariba to gain access to the procurement documents, allowing interested Applicants to view documents and submit their Participation stage responses 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. Applicants 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 participation and tender responses.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-09-05T14:00:00+01:00",
"awardPeriod": {
"endDate": "2026-12-08T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "042411-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/042411-2025",
"datePublished": "2025-07-23T14:33:04+01:00",
"format": "text/html"
}
]
},
"language": "en"
}