Notice Information
Notice Title
London Underground Rolling Stock Disposal Framework
Notice Description
This notice is to inform the market of an upcoming procurement event for the rolling stock disposal framework, which will include services. London Underground (LUL) requires removal via rail and/or road, decommission and disposal of a number of aging rolling stock assets/fleets. LUL's pipeline of anticipated rolling stock disposal to be awarded through this framework includes: Piccadilly Line 73TS rolling stock (approximately PS7m), Bakerloo Line 72TS rolling stock (approximately PS3m); and Heavy Haulage Vehicles (HHV) (approximately PS1m). It is estimated that the total value of projects on the framework will be approximately PS11m. Bakerloo Line upgrade and HHV projects will be subject to relevant future funding approvals. London Underground has purchased new rolling stock for the Piccadilly Line in order to replace the existing 73TS Fleet and is also currently planning projects to upgrade the Bakerloo Line Upgrade (BLU) which would include replacing the 72TS rolling stock, and further projects looking at updating LUL's fleet of heavy haulage vehicles (HHV). Both the BLU and HHV projects are in the early stages and are subject to London Underground securing the required funding. If these projects proceed the disposals of the rolling stock will be required. The core scope includes removal of rolling stock from LUL's sites, and transport to an off-site location (provided by the supplier). At the offsite location the rolling stock will be decommissioned by the supplier, this will involve the rolling stock cars being decoupled and hazardous waste contained, removed, and disposed of. Once all hazardous materials have been removed the remaining recyclable material from each car will be removed, weighed, and issued for recycling or re-use. All remaining materials, both hazardous and non-hazardous will then be scrapped as waste. The PLU fleet removal is due to commence for scrapping in early summer 2026 concluding in the late 2027. The contract is a bespoke Framework Agreement with two lots based on the different methods of haulage/removal (Road and Rail), a maximum of three (3) suppliers are to be selected per each lot. To achieve this, LUL will be conducting a competitive tender for this framework which shall have an initial term of eight (8) years, with an option to extend for further four (4) years based upon acceptable operational and commercial performance as set out in the framework. The maximum framework length will therefore be twelve (12) years. The framework will include a mini competition procedure (call-off contracts) which will be evaluated on price only for services. Each request for a proposal for the mini competitions will be issued on a batched basis. LUL's expectation is that no more than 5 trains will be included in each batch. Each batch will have a clearly specified collection date and location depending on the haulage/removal requirement. LUL will have control over the required mode of transport when specifying the collection location at request for proposal (call-off) stage. The framework also reserves the right for Direct Award. The framework also includes a 'scrap value rebate' mechanism under which LUL will receive from the suppliers based on the realised value of the scrap materials - in order to align with Tax guidance from HMRC, the scrap value will be returned to LUL as a separate incoming transaction (rather than offset against the cost of services). Procurement Overview and Conditions for Participation This notice is to inform the market of an upcoming procurement and to describe the initial selection process. The Rail Industry Qualification Scheme (RISQS) will be used as a Qualifying Utilities Dynamic Market. Any supplier that is interested in this procurement event is required to be registered and subsequently respond to the Expression of Interest on RISQS via the below link prior to 23rd October 2025: https://www.risqs.org/ Expressions of interest shall be issued to suppliers registered on RISQS under the following product codes: * H.G.3.5 - General Business Services and Supplies > Sewage, Refuse, Cleaning and Environmental services > Refuse & Waste Services > Waste Disposal - Non-Hazardous & Non-Toxic > Service * H.G.3.8 - General Business Services and Supplies > Sewage, Refuse, Cleaning and Environmental services > Refuse & Waste Services > Waste Disposal - Hazardous/Toxic > Service * H.G.3.2 - General Business Services and Supplies > Sewage, Refuse, Cleaning and Environmental services > Refuse & Waste Services > Recycling > Service * H.G.3.3 - General Business Services and Supplies > Sewage, Refuse, Cleaning and Environmental services > Refuse & Waste Services > Construction Waste Removal (and scrap clearance) > Service * E.G.4 - Rail Vehicles > Wagons and Freight Vehicles > Rail Delivery/Collection Vehicles > Dispose For any questions in relation to this notice please contact DTUPEngagement@tfl.gov.uk quoting, "Rolling Stock Disposal Framework" in the subject.
Lot Information
Road Removal
The Supplier shall provide the following Services in the scope of removal, decommissioning and/or scrappage of the Designated Rolling Stock: * Road Services (including the removal of Designated Rolling Stock from the Underground Network; the transportation of Designated Rolling Stock from Company premises by Road); * Decommissioning Services; * Scrappage Services; * Spare Part Recovery Services (where applicable); and * Onward transfer (where applicable). Not all of the above services will be required for all Designated Rolling Stock. The nature of the Services will be specified by the Company within the Request Form at mini-competitions stage.
Renewal: Due to the nature of the services and as part of the Utilities exemptions, a Framework duration of the full 8 years has been chosen to ensure that it can be made full use of and with an option of a four (4) year extension is included should the projects / programmes be delayed.
Rail RemovalThe Supplier shall provide the following Services in the scope of removal, decommissioning and/or scrappage of the Designated Rolling Stock: * Rail Services (including the removal of Designated Rolling Stock from the Underground Network; the transportation of Designated Rolling Stock from Company premises by Rail); * Decommissioning Services; * Scrappage Services; * Spare Part Recovery Services (where applicable); and * Onward transfer (where applicable). Not all of the above services will be required for all Designated Rolling Stock. The nature of the Services will be specified by the Company within the Request Form at mini-competitions stage.
Renewal: Due to the nature of the services and as part of the Utilities exemptions, a Framework duration of the full 8 years has been chosen to ensure that it can be made full use of and with an option of a four (4) year extension is included should the projects / programmes be delayed.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ad30
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/065959-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible 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
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
34610000 - Rail locomotives and tenders
34621000 - Railway maintenance or service vehicles, and railway freight wagons
50229000 - Demolition of rolling stock
90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
90530000 - Operation of a refuse site
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £11,000,000 £10M-£100M
- Lots Value
- £11,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Oct 20254 months ago
- Submission Deadline
- 19 Dec 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2034 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
- Not specified
- Contact Email
- dtupengagement@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/065959-2025
16th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/064361-2025
10th October 2025 - Tender notice on Find a Tender -
-
https://www.find-tender.service.gov.uk/Notice/Attachment/A-6353
Full Scope for the services and Conditions of the Contract attached.
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-05ad30-2025-10-16T14:53:34+01:00",
"date": "2025-10-16T14:53:34+01:00",
"ocid": "ocds-h6vhtk-05ad30",
"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": {
"email": "DTUPEngagement@tfl.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHMT-6197-NWNZ",
"name": "Transport for London"
},
"planning": {
"noEngagementNoticeRationale": "Various market engagement sessions were conduct prior to and during the transitional implementation period of the Procurement Act 2023. As described in this notice, TfL is exercising the option to issue another call to reconfirm interest via RISQS in good faith to meet the the criteria of a dynamic market and to accommodate new registered suppliers."
},
"tender": {
"id": "ocds-h6vhtk-05ad30",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "London Underground Rolling Stock Disposal Framework",
"description": "This notice is to inform the market of an upcoming procurement event for the rolling stock disposal framework, which will include services. London Underground (LUL) requires removal via rail and/or road, decommission and disposal of a number of aging rolling stock assets/fleets. LUL's pipeline of anticipated rolling stock disposal to be awarded through this framework includes: Piccadilly Line 73TS rolling stock (approximately PS7m), Bakerloo Line 72TS rolling stock (approximately PS3m); and Heavy Haulage Vehicles (HHV) (approximately PS1m). It is estimated that the total value of projects on the framework will be approximately PS11m. Bakerloo Line upgrade and HHV projects will be subject to relevant future funding approvals. London Underground has purchased new rolling stock for the Piccadilly Line in order to replace the existing 73TS Fleet and is also currently planning projects to upgrade the Bakerloo Line Upgrade (BLU) which would include replacing the 72TS rolling stock, and further projects looking at updating LUL's fleet of heavy haulage vehicles (HHV). Both the BLU and HHV projects are in the early stages and are subject to London Underground securing the required funding. If these projects proceed the disposals of the rolling stock will be required. The core scope includes removal of rolling stock from LUL's sites, and transport to an off-site location (provided by the supplier). At the offsite location the rolling stock will be decommissioned by the supplier, this will involve the rolling stock cars being decoupled and hazardous waste contained, removed, and disposed of. Once all hazardous materials have been removed the remaining recyclable material from each car will be removed, weighed, and issued for recycling or re-use. All remaining materials, both hazardous and non-hazardous will then be scrapped as waste. The PLU fleet removal is due to commence for scrapping in early summer 2026 concluding in the late 2027. The contract is a bespoke Framework Agreement with two lots based on the different methods of haulage/removal (Road and Rail), a maximum of three (3) suppliers are to be selected per each lot. To achieve this, LUL will be conducting a competitive tender for this framework which shall have an initial term of eight (8) years, with an option to extend for further four (4) years based upon acceptable operational and commercial performance as set out in the framework. The maximum framework length will therefore be twelve (12) years. The framework will include a mini competition procedure (call-off contracts) which will be evaluated on price only for services. Each request for a proposal for the mini competitions will be issued on a batched basis. LUL's expectation is that no more than 5 trains will be included in each batch. Each batch will have a clearly specified collection date and location depending on the haulage/removal requirement. LUL will have control over the required mode of transport when specifying the collection location at request for proposal (call-off) stage. The framework also reserves the right for Direct Award. The framework also includes a 'scrap value rebate' mechanism under which LUL will receive from the suppliers based on the realised value of the scrap materials - in order to align with Tax guidance from HMRC, the scrap value will be returned to LUL as a separate incoming transaction (rather than offset against the cost of services). Procurement Overview and Conditions for Participation This notice is to inform the market of an upcoming procurement and to describe the initial selection process. The Rail Industry Qualification Scheme (RISQS) will be used as a Qualifying Utilities Dynamic Market. Any supplier that is interested in this procurement event is required to be registered and subsequently respond to the Expression of Interest on RISQS via the below link prior to 23rd October 2025: https://www.risqs.org/ Expressions of interest shall be issued to suppliers registered on RISQS under the following product codes: * H.G.3.5 - General Business Services and Supplies > Sewage, Refuse, Cleaning and Environmental services > Refuse & Waste Services > Waste Disposal - Non-Hazardous & Non-Toxic > Service * H.G.3.8 - General Business Services and Supplies > Sewage, Refuse, Cleaning and Environmental services > Refuse & Waste Services > Waste Disposal - Hazardous/Toxic > Service * H.G.3.2 - General Business Services and Supplies > Sewage, Refuse, Cleaning and Environmental services > Refuse & Waste Services > Recycling > Service * H.G.3.3 - General Business Services and Supplies > Sewage, Refuse, Cleaning and Environmental services > Refuse & Waste Services > Construction Waste Removal (and scrap clearance) > Service * E.G.4 - Rail Vehicles > Wagons and Freight Vehicles > Rail Delivery/Collection Vehicles > Dispose For any questions in relation to this notice please contact DTUPEngagement@tfl.gov.uk quoting, \"Rolling Stock Disposal Framework\" in the subject.",
"status": "active",
"items": [
{
"id": "A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34610000",
"description": "Rail locomotives and tenders"
},
{
"scheme": "CPV",
"id": "34621000",
"description": "Railway maintenance or service vehicles, and railway freight wagons"
},
{
"scheme": "CPV",
"id": "50229000",
"description": "Demolition of rolling stock"
},
{
"scheme": "CPV",
"id": "90523000",
"description": "Toxic waste disposal services except radioactive waste and contaminated soil"
},
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "A"
},
{
"id": "B",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34610000",
"description": "Rail locomotives and tenders"
},
{
"scheme": "CPV",
"id": "34621000",
"description": "Railway maintenance or service vehicles, and railway freight wagons"
},
{
"scheme": "CPV",
"id": "50229000",
"description": "Demolition of rolling stock"
},
{
"scheme": "CPV",
"id": "90523000",
"description": "Toxic waste disposal services except radioactive waste and contaminated soil"
},
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "B"
}
],
"value": {
"amountGross": 13200000,
"amount": 11000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Rail Industry Qualification Scheme (RISQS) will be used as a Qualifying Utilities Dynamic Market. Any supplier that is interested in this procurement event is required to be registered and subsequently respond to the Expression of Interest on RISQS prior to 23rd October 2025 to be invited to tender. TfL will contact those suppliers that have expressed an interest and been identified as members of the relevant part of the qualifying utilities dynamic market RISQS with further details of the process."
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "The London Underground Rolling Stock Removal Framework will establish pricing (framework maximum rates). Mini competition procedure will be used and evaluated on price only."
}
},
"submissionMethodDetails": "Expression of Interest done via RISQS https://www.risqs.org/ Final tender submission done via Jagger https://lucpd.bravosolution.co.uk/web/login.html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-19T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-03-30T23:59:59+01:00"
},
"lots": [
{
"id": "A",
"title": "Road Removal",
"description": "The Supplier shall provide the following Services in the scope of removal, decommissioning and/or scrappage of the Designated Rolling Stock: * Road Services (including the removal of Designated Rolling Stock from the Underground Network; the transportation of Designated Rolling Stock from Company premises by Road); * Decommissioning Services; * Scrappage Services; * Spare Part Recovery Services (where applicable); and * Onward transfer (where applicable). Not all of the above services will be required for all Designated Rolling Stock. The nature of the Services will be specified by the Company within the Request Form at mini-competitions stage.",
"status": "active",
"value": {
"amountGross": 13200000,
"amount": 11000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "The Most Advantageous Tender shall be determined using the Price per Quality Point (PQP) methodology. The PQP Methodology calculates a score for each Tender by dividing the Tenders Total Price (PS) by its overall Technical score (%).",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "The Most Advantageous Tender shall be determined using the Price per Quality Point (PQP) methodology. The PQP Methodology calculates a score for each Tender by dividing the Tenders Total Price (PS) by its overall Technical score (%).",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2034-03-31T23:59:59+01:00",
"maxExtentDate": "2038-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Due to the nature of the services and as part of the Utilities exemptions, a Framework duration of the full 8 years has been chosen to ensure that it can be made full use of and with an option of a four (4) year extension is included should the projects / programmes be delayed."
}
},
{
"id": "B",
"title": "Rail Removal",
"description": "The Supplier shall provide the following Services in the scope of removal, decommissioning and/or scrappage of the Designated Rolling Stock: * Rail Services (including the removal of Designated Rolling Stock from the Underground Network; the transportation of Designated Rolling Stock from Company premises by Rail); * Decommissioning Services; * Scrappage Services; * Spare Part Recovery Services (where applicable); and * Onward transfer (where applicable). Not all of the above services will be required for all Designated Rolling Stock. The nature of the Services will be specified by the Company within the Request Form at mini-competitions stage.",
"status": "active",
"value": {
"amountGross": 13200000,
"amount": 11000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "The Most Advantageous Tender shall be determined using the Price per Quality Point (PQP) methodology. The PQP Methodology calculates a score for each Tender by dividing the Tenders Total Price (PS) by its overall Technical score (%).",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "The Most Advantageous Tender shall be determined using the Price per Quality Point (PQP) methodology. The PQP Methodology calculates a score for each Tender by dividing the Tenders Total Price (PS) by its overall Technical score (%).",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2034-03-31T23:59:59+01:00",
"maxExtentDate": "2038-03-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Due to the nature of the services and as part of the Utilities exemptions, a Framework duration of the full 8 years has been chosen to ensure that it can be made full use of and with an option of a four (4) year extension is included should the projects / programmes be delayed."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-6138",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6138",
"format": "application/x-zip-compressed",
"description": "Superseded by Notice2.zip."
},
{
"id": "064361-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/064361-2025",
"datePublished": "2025-10-10T16:45:28+01:00",
"format": "text/html"
},
{
"id": "A-6353",
"documentType": "biddingDocuments",
"description": "Full Scope for the services and Conditions of the Contract attached.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6353",
"format": "application/x-zip-compressed"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "The Invitation to Tender will be available upon completion of the Expression of Interest and when/if Conditions of Participation are met."
},
{
"id": "065959-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/065959-2025",
"datePublished": "2025-10-16T14:53:34+01:00",
"format": "text/html"
}
],
"amendments": [
{
"id": "065959-2025",
"description": "The full Scope of the services' documents have now been added to this notice as attachment."
}
]
},
"relatedProcesses": [
{
"id": "framework",
"relationship": [
"framework"
],
"scheme": "ocid",
"identifier": "ocds-h6vhtk-04e7db",
"uri": "https://www.find-tender.service.gov.uk/api/1.0/ocdsReleasePackages/ocds-h6vhtk-04e7db"
}
],
"language": "en"
}