Notice Information
Notice Title
London E-Scooter Trial Phase 3
Notice Description
This is a competitive procurement for the award of a contract to up to two Operators in relation to the third phase of the Transport for London ("TfL") E-scooter Rental Trial (the "Trial"). The procurement is being conducted pursuant to the Procurement Act 2023. At the end of this procurement process, TfL may choose to award one or two contracts and enter into an Administration Agreement ("Agreement") with those Operators who submitted the most advantageous tenders in relation to performance of the e-scooter services required by the Trial. The Agreement sets out the terms that apply to an Operator in relation to the provision of e-scooter services in the Greater London Area and its obligations to a) TfL as the Administrator of the third phase of the Trial and b) the various London Boroughs and/or the City of London Corporation who wish to participate in the Trial by permitting the use of e-scooters within their respective jurisdictions (referred to as "Participating Boroughs"). The Agreement provides that a Participating Borough may issue a notice to require the relevant Operator(s) to enter into a contract for the provision of e-scooter rental services in the geographic area controlled by that Participating Borough. Participating Boroughs may choose to enter a Full-Service contract for the provision of an e-scooter rental service or to allow e-scooters to be ridden through only (Ride-Through-Borough). TfL intends to award two (2) contracts. In the event where only one Tender is received that satisfies TfL's minimum requirements and meets the award criteria, TfL reserves the right to award one (1) contract. Tenderers are asked to submit a response to all questions in the Capability Assessment and the Tender Evaluation Criteria Questions by the response deadline indicated in this notice. Each response or question will be scored as indicated. Pass/Fail criteria will apply as indicated and validation of vehicles will take place as indicated. TfL will evaluate responses from all Tenderers. Please note, if Tenderers fail any of the questions in the Capability Assessment, responses to the Tender Evaluation Criteria Questions will not be assessed. Evaluators will review the Tenderers' responses to the questions and evaluate against the criteria shown in the Capability Assessment (ITT Volume 1, Appendix 1) and the Tender Evaluation Criteria Questions (ITT Volume 1, Appendix 2). The weightings for each question will be applied to scored responses and Tenderers will be ranked. An award recommendation comprising the two top-scoring Tenders (assuming at least two tenders exceed the Minimum Scoring Threshold) will be made. Tender documents will be provided electronically via TfL's e-tendering portal SAP Ariba, https://service.ariba.com/Supplier.aw Responses should be submitted electronically via TfL's e- tendering portal SAP Ariba, https://service.ariba.com/Supplier.aw Interested Suppliers / Tenderers are to register with SAP Ariba via TfL's Supplier self-registration link, in order to participate in the tender process, https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL SAP Ariba Supplier Registration Help Page: https://help.sap.com/docs/strategic-sourcing/supplier-management-setup-and-administration/about-new-supplier-registrations?locale=en-US If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk Once registered, Tenderers must send their registration details via email to: v_sabinenemeth@tfl.gov.uk NB: TENDERERS MUST SEND THEIR REGISTRATION DETAILS TO THE CONTACT EMAIL IN THIS NOTICE (v_sabinenemeth@tfl.gov.uk) IN ORDER TO BE INVITED TO TENDER FOR THE OPPORTUNITY. Note: pursuant to the Agreement, which is a concessionary arrangement, Operator(s) must pay the Charges set out in the Specification. The Charges payable to TfL as the Administrator comprise an annual Administration Charge and an annual Per Bay Charge relating to the numbers of parking bays available. Further detail about the Charges is given in the Specification. Operators are not entitled to request payment under the Agreement from the Administrator or any of the Participating Boroughs. The third phase of the Trial is currently expected to commence by September 2026 and will run for an initial term of up to 24 months, which will comprise twenty-six consecutive 28-day periods. The Trial term may at TfL's discretion be extended for up to 4 years in increments of any length up to a maximum of 4 years. The Trial term will run in line with national legislation, currently in place until May 2028. The total value of the Agreement is defined as the maximum aggregate revenue accessible to Operators over the duration of the Trial term (assuming the maximum four-year extension period is used). TfL will not be liable to any person for any costs whatsoever incurred in the preparation of bids or in otherwise responding to the Invitation to Tender (ITT).
Lot Information
Lot 1
Renewal: The contract will include options to extend for increments of any length up to four years.
Planning Information
Following this notice, engagement activities include: Distribution of Market Sounding Questionnaire (MSQ). Supplier Registration and Participation. Please note, registration to our supplier portal is not required at this stage or in relation to submission of MSQ responses. The purpose of this Preliminary Market Engagement Notice is to: i. provide advance notice that TfL is considering to undertake a tendering exercise to set up a new contract; ii. understand the market interest in this procurement; iii. identify suppliers who would like to participate in the Market Sounding Questionnaire (MSQ) as part of our Preliminary Market Engagement process to provide the services outlined in this procurement. Interested suppliers should register their interest in this procurement by sending an email message by no later than 08 October 2025 to jamesvalentine@tfl.gov.uk. Your Expressions of Interest email message should clearly state: • Subject Title: tfl_scp_002558 - London E-Scooter Trial Phase 3 • Supplier name • Contact details The interested suppliers will then be sent a Market Sounding Questionnaire (MSQ) along with guidance notes. Responses should be submitted by 16:00 on 08 October 2025. Following an assessment of responses received from the MSQ, we may hold further follow-up sessions with individual suppliers to gather their feedback. This will help us to finalise our procurement strategy. This Preliminary Market Engagement Notice and the subsequent MSQ do not form part of a formal procurement process. TfL is not liable for any costs, fees or expenses incurred by any party participating in any aspect of this Preliminary Market Engagement Notice exercise. TfL cannot guarantee it will incorporate all or any feedback received into any subsequent procurement documentation. Participation or non-participation in this Preliminary Market Engagement exercise will not disadvantage or advantage any supplier's ability to participate in any future procurement activity, including in particular any subsequent procurement process undertaken to deliver the project. TfL is under no obligation to follow up this market engagement exercise in any way or with any interested parties. TfL intends to publish any tender exercise in relation to this proposed sourcing activity using SAP ARIBA. Interested parties will need to be registered on this system if they wish to participate at the below link: https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=bRtskzOdPIXLDrbT&realm=TfL&dard=1 In the event of issues or difficulty with the registration please visit the SAP Ariba Supplier Registration Help Page: https://help.sap.com/docs/strategic-sourcing/supplier-management-setup-and-administration/about-new-supplier-registrations?locale=en-US If you have any queries regarding your registration, please contact: Ariba_Supplier_Enablement@tfl.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059f43
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/017877-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
60 - Transport services (excl. Waste transport)
-
- CPV Codes
34114000 - Specialist vehicles
34144900 - Electric vehicles
34400000 - Motorcycles, bicycles and sidecars
34900000 - Miscellaneous transport equipment and spare parts
50110000 - Repair and maintenance services of motor vehicles and associated equipment
60112000 - Public road transport services
Notice Value(s)
- Tender Value
- £35,280,000 £10M-£100M
- Lots Value
- £35,280,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Feb 20262 weeks ago
- Submission Deadline
- 1 May 20262 months to go
- Future Notice Date
- 18 Feb 2026Expired
- Award Date
- Not specified
- Contract Period
- 20 Sep 2026 - 17 Sep 2028 1-2 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
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)
-
- Local Authority
- City of London
- Electoral Ward
- Dowgate
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/017877-2026
27th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/017586-2026
26th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/003857-2026
16th January 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/002053-2026
9th January 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/058582-2025
22nd September 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/058577-2025
22nd September 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/058574-2025
22nd September 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/058571-2025
22nd September 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-059f43-2026-02-27T12:37:32Z",
"date": "2026-02-27T12:37:32Z",
"ocid": "ocds-h6vhtk-059f43",
"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": "James Valentine",
"email": "v_sabinenemeth@tfl.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-03037449",
"name": "London Councils",
"identifier": {
"scheme": "GB-COH",
"id": "03037449"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PQZY-9683-WMWM"
}
],
"address": {
"streetAddress": "4th Floor 12 Arthur Street",
"locality": "London",
"postalCode": "EC4R 9AB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "katharina.winbeck@londoncouncils.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Tender evaluator"
}
],
"buyer": {
"id": "GB-PPON-PHMT-6197-NWNZ",
"name": "Transport for London"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Following this notice, engagement activities include: Distribution of Market Sounding Questionnaire (MSQ). Supplier Registration and Participation. Please note, registration to our supplier portal is not required at this stage or in relation to submission of MSQ responses. The purpose of this Preliminary Market Engagement Notice is to: i. provide advance notice that TfL is considering to undertake a tendering exercise to set up a new contract; ii. understand the market interest in this procurement; iii. identify suppliers who would like to participate in the Market Sounding Questionnaire (MSQ) as part of our Preliminary Market Engagement process to provide the services outlined in this procurement. Interested suppliers should register their interest in this procurement by sending an email message by no later than 08 October 2025 to jamesvalentine@tfl.gov.uk. Your Expressions of Interest email message should clearly state: * Subject Title: tfl_scp_002558 - London E-Scooter Trial Phase 3 * Supplier name * Contact details The interested suppliers will then be sent a Market Sounding Questionnaire (MSQ) along with guidance notes. Responses should be submitted by 16:00 on 08 October 2025. Following an assessment of responses received from the MSQ, we may hold further follow-up sessions with individual suppliers to gather their feedback. This will help us to finalise our procurement strategy. This Preliminary Market Engagement Notice and the subsequent MSQ do not form part of a formal procurement process. TfL is not liable for any costs, fees or expenses incurred by any party participating in any aspect of this Preliminary Market Engagement Notice exercise. TfL cannot guarantee it will incorporate all or any feedback received into any subsequent procurement documentation. Participation or non-participation in this Preliminary Market Engagement exercise will not disadvantage or advantage any supplier's ability to participate in any future procurement activity, including in particular any subsequent procurement process undertaken to deliver the project. TfL is under no obligation to follow up this market engagement exercise in any way or with any interested parties. TfL intends to publish any tender exercise in relation to this proposed sourcing activity using SAP ARIBA. Interested parties will need to be registered on this system if they wish to participate at the below link: https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=bRtskzOdPIXLDrbT&realm=TfL&dard=1 In the event of issues or difficulty with the registration please visit the SAP Ariba Supplier Registration Help Page: https://help.sap.com/docs/strategic-sourcing/supplier-management-setup-and-administration/about-new-supplier-registrations?locale=en-US If you have any queries regarding your registration, please contact: Ariba_Supplier_Enablement@tfl.gov.uk",
"dueDate": "2025-10-08T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "058571-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058571-2025",
"datePublished": "2025-09-22T15:09:28+01:00",
"format": "text/html"
},
{
"id": "058574-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058574-2025",
"datePublished": "2025-09-22T15:11:51+01:00",
"format": "text/html"
},
{
"id": "058577-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058577-2025",
"datePublished": "2025-09-22T15:13:54+01:00",
"format": "text/html"
},
{
"id": "058582-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058582-2025",
"datePublished": "2025-09-22T15:15:51+01:00",
"format": "text/html"
},
{
"id": "002053-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/002053-2026",
"datePublished": "2026-01-09T17:06:41Z",
"format": "text/html"
},
{
"id": "003857-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/003857-2026",
"datePublished": "2026-01-16T12:20:37Z",
"format": "text/html"
}
]
},
"tender": {
"id": "tfl_scp_002558",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "London E-Scooter Trial Phase 3",
"description": "This is a competitive procurement for the award of a contract to up to two Operators in relation to the third phase of the Transport for London (\"TfL\") E-scooter Rental Trial (the \"Trial\"). The procurement is being conducted pursuant to the Procurement Act 2023. At the end of this procurement process, TfL may choose to award one or two contracts and enter into an Administration Agreement (\"Agreement\") with those Operators who submitted the most advantageous tenders in relation to performance of the e-scooter services required by the Trial. The Agreement sets out the terms that apply to an Operator in relation to the provision of e-scooter services in the Greater London Area and its obligations to a) TfL as the Administrator of the third phase of the Trial and b) the various London Boroughs and/or the City of London Corporation who wish to participate in the Trial by permitting the use of e-scooters within their respective jurisdictions (referred to as \"Participating Boroughs\"). The Agreement provides that a Participating Borough may issue a notice to require the relevant Operator(s) to enter into a contract for the provision of e-scooter rental services in the geographic area controlled by that Participating Borough. Participating Boroughs may choose to enter a Full-Service contract for the provision of an e-scooter rental service or to allow e-scooters to be ridden through only (Ride-Through-Borough). TfL intends to award two (2) contracts. In the event where only one Tender is received that satisfies TfL's minimum requirements and meets the award criteria, TfL reserves the right to award one (1) contract. Tenderers are asked to submit a response to all questions in the Capability Assessment and the Tender Evaluation Criteria Questions by the response deadline indicated in this notice. Each response or question will be scored as indicated. Pass/Fail criteria will apply as indicated and validation of vehicles will take place as indicated. TfL will evaluate responses from all Tenderers. Please note, if Tenderers fail any of the questions in the Capability Assessment, responses to the Tender Evaluation Criteria Questions will not be assessed. Evaluators will review the Tenderers' responses to the questions and evaluate against the criteria shown in the Capability Assessment (ITT Volume 1, Appendix 1) and the Tender Evaluation Criteria Questions (ITT Volume 1, Appendix 2). The weightings for each question will be applied to scored responses and Tenderers will be ranked. An award recommendation comprising the two top-scoring Tenders (assuming at least two tenders exceed the Minimum Scoring Threshold) will be made. Tender documents will be provided electronically via TfL's e-tendering portal SAP Ariba, https://service.ariba.com/Supplier.aw Responses should be submitted electronically via TfL's e- tendering portal SAP Ariba, https://service.ariba.com/Supplier.aw Interested Suppliers / Tenderers are to register with SAP Ariba via TfL's Supplier self-registration link, in order to participate in the tender process, https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL SAP Ariba Supplier Registration Help Page: https://help.sap.com/docs/strategic-sourcing/supplier-management-setup-and-administration/about-new-supplier-registrations?locale=en-US If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk Once registered, Tenderers must send their registration details via email to: v_sabinenemeth@tfl.gov.uk NB: TENDERERS MUST SEND THEIR REGISTRATION DETAILS TO THE CONTACT EMAIL IN THIS NOTICE (v_sabinenemeth@tfl.gov.uk) IN ORDER TO BE INVITED TO TENDER FOR THE OPPORTUNITY. Note: pursuant to the Agreement, which is a concessionary arrangement, Operator(s) must pay the Charges set out in the Specification. The Charges payable to TfL as the Administrator comprise an annual Administration Charge and an annual Per Bay Charge relating to the numbers of parking bays available. Further detail about the Charges is given in the Specification. Operators are not entitled to request payment under the Agreement from the Administrator or any of the Participating Boroughs. The third phase of the Trial is currently expected to commence by September 2026 and will run for an initial term of up to 24 months, which will comprise twenty-six consecutive 28-day periods. The Trial term may at TfL's discretion be extended for up to 4 years in increments of any length up to a maximum of 4 years. The Trial term will run in line with national legislation, currently in place until May 2028. The total value of the Agreement is defined as the maximum aggregate revenue accessible to Operators over the duration of the Trial term (assuming the maximum four-year extension period is used). TfL will not be liable to any person for any costs whatsoever incurred in the preparation of bids or in otherwise responding to the Invitation to Tender (ITT).",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34114000",
"description": "Specialist vehicles"
},
{
"scheme": "CPV",
"id": "34144900",
"description": "Electric vehicles"
},
{
"scheme": "CPV",
"id": "34400000",
"description": "Motorcycles, bicycles and sidecars"
},
{
"scheme": "CPV",
"id": "34900000",
"description": "Miscellaneous transport equipment and spare parts"
},
{
"scheme": "CPV",
"id": "50110000",
"description": "Repair and maintenance services of motor vehicles and associated equipment"
},
{
"scheme": "CPV",
"id": "60112000",
"description": "Public road transport services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 42336000,
"amount": 35280000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"specialRegime": [
"concession"
],
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-21T00:00:00+01:00",
"endDate": "2028-09-17T23:59:59+01:00",
"maxExtentDate": "2032-09-12T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 42336000,
"amount": 35280000,
"currency": "GBP"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Bidders must demonstrate sufficient financial capacity to ensure the successful delivery and long-term sustainability of the scheme. These requirements will be assessed during the Tender stage."
},
{
"type": "technical",
"description": "Bidders must demonstrate proven technical capability and relevant experience to ensure the effective implementation and ongoing operation of the scheme. Evidence of technical competence will be evaluated in detail during the Invitation to Tender stage."
},
{
"type": "economic",
"description": "Bidders must demonstrate sufficient financial capacity to ensure the successful delivery and long-term sustainability of the scheme. These requirements will be assessed during the Tender stage."
},
{
"type": "technical",
"description": "Bidders must demonstrate proven technical capability and relevant experience to ensure the effective implementation and ongoing operation of the scheme. Evidence of technical competence will be evaluated in detail during the Invitation to Tender stage."
},
{
"type": "economic",
"description": "Tenderers must demonstrate sufficient legal and financial capacity to ensure the successful delivery and long-term sustainability of the scheme. Specific information is required and set out in the Capability Assessment."
},
{
"type": "technical",
"description": "Tenderers must demonstrate proven technical capability and relevant experience to ensure the effective implementation and ongoing operation of the e-scooter rental scheme. Evidence of technical competence will be evaluated in detail in both the Capability Assessment and the Tender Evaluation Criteria Questions."
},
{
"type": "economic",
"description": "Tenderers must demonstrate sufficient legal and financial capacity to ensure the successful delivery and long-term sustainability of the scheme. Specific information is required and set out in the Capability Assessment."
},
{
"type": "technical",
"description": "Tenderers must demonstrate proven technical capability and relevant experience to ensure the effective implementation and ongoing operation of the e-scooter rental scheme. Evidence of technical competence will be evaluated in detail in both the Capability Assessment and the Tender Evaluation Criteria Questions."
}
]
},
"renewal": {
"description": "The contract will include options to extend for increments of any length up to four years."
},
"awardCriteria": {
"weightingDescription": "The Capability Assessment will be Pass/Fail (for Tenderers that fail this assessment, responses to the Tender Evaluation Criteria Questions will not be assessed) The Tender Evaluation Criteria Questions will be weighted at 100%. Weightings per module in the Tender Evaluation Criteria Questions are as follows: Safety - 45% Customers - 5% Community - 5% Responsible Procurement - 10% Environment - 10% Operational Conduct - 15% Cyber Security - 10%",
"criteria": [
{
"type": "quality",
"name": "Capability Assessment",
"description": "Pass/Fail"
},
{
"type": "quality",
"name": "Tender Evaluation Criteria Questions",
"description": "100% Weighting"
},
{
"type": "quality",
"name": "Capability Assessment",
"description": "Pass/Fail"
},
{
"type": "quality",
"name": "Tender Evaluation Criteria Questions",
"description": "100% Weighting"
}
]
}
}
],
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"aboveThreshold": true,
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-05-01T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-24T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-07-06T23:59:59+01:00"
},
"communication": {
"futureNoticeDate": "2026-02-18T23:59:59Z"
},
"submissionMethodDetails": "https://service.ariba.com/Supplier.aw",
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "017586-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/017586-2026",
"datePublished": "2026-02-26T16:54:58Z",
"format": "text/html"
},
{
"id": "017877-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/017877-2026",
"datePublished": "2026-02-27T12:37:32Z",
"format": "text/html"
}
],
"amendments": [
{
"id": "017877-2026",
"description": "Due to an issue with the original registration link for the supplier portal, the notice has been revised to include a fully functional link."
}
]
},
"language": "en"
}