Award

Engineering Vehicles - Maintenance & Support Services

TRANSPORT FOR LONDON

This public procurement record has 3 releases in its history.

Award

17 Mar 2026 at 08:34

Award

20 Jan 2026 at 14:06

Award

19 Jan 2026 at 17:46

Summary of the contracting process

The contract awarded by Transport for London concerns the provision of rigorous maintenance and support services for specialised engineering vehicles used in the London Underground. The procurement, classified under the utilities special regime, pertains to the maintenance of Tubevac Machines, essential for efficient ballast and track bed removal to aid track renewals and maintenance. The procurement process reached the award stage on 17th March 2026, following a direct award method under the legal basis of the Procurement Act 2023, Section 41.6. The contract, signed on 2nd February 2026, is valued at approximately £768,000 for a period spanning until 1st December 2026, focusing on services related to railways and equipment within the UK industry category.

For businesses, this tender signifies a substantial opportunity within the railway maintenance sector, offering growth prospects to firms adept in engineering support services, particularly those similar to Specialist Engineering Services Limited, which secured the contract. Companies with expertise in handling complex engineering equipment and possessing a robust capability in logistical support for large-scale rail methods may find themselves well-suited for similar future opportunities. The direct award highlights a necessity for continuity with existing specifications, suggesting a preference for businesses that can seamlessly integrate and extend existing service frameworks with minimal disruption.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Engineering Vehicles - Maintenance & Support Services

Notice Description

This procurement is for the provision of repeat services to support the Logistics and Manufacturing Engineering Vehicles for the provision of Maintenance & Supporting Services to two Tubevac Machines (DISAB 1 & DISAB 2) and supporting the equipment. These assets provide London Underground with specialist ballast/track bed removal capability that significantly reduces the labour-intensive time taken for track renewals & maintenance in Engineering hours. The total amount is circa PS768k to cover for the 1 year period. The justification for awarding the proposed contract is in accordance with the Procurement Act 2023, Section 41.6 Schedule 5, paragraph 7 is; Additional or repeat goods, services or works. (7) The public 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 and 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 of maintenance.

Procurement Information

Additional or repeat goods, services of works - extension or partial replacement. The justification for awarding this proposed contract in accordance with the Procurement Act 2023 Direct Award Section 41.6 Paragraph 7 to Specialist Engineering Services (SES) for the Engineering Vehicles - Maintenance & Supporting Services without competition is additional or repeat goods, services or works where:- The public contract concerns the supply of goods 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. At this time Tfl do not have the technical information to generate a specification for these services and therefore intend to directly award to the incumbent supplier to ensure continuity of supply to prevent an adverse impact on the maintenance of infrastructure due to non-availability of the maintenance vehicle. A change of supplier would require demobilisation and mobilisation of an alternative supplier; this would impact the maintenance activities of the operational railway, has the potential to cause service disruption and would inherit additional cost.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060948
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023799-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK7 - Contract Details 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

50 - Repair and maintenance services


CPV Codes

50220000 - Repair, maintenance and associated services related to railways and other equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£768,000 £500K-£1M
Contracts Value
£768,000 £500K-£1M

Notice Dates

Publication Date
17 Mar 20261 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
19 Jan 20263 months ago
Contract Period
2 Feb 2026 - 1 Dec 2026 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
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)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
Not specified

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Supplier Information

Number of Suppliers
1
Supplier Name

SPECIALIST ENGINEERING SERVICES

Further Information

Notice Documents

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-060948-2026-03-17T08:34:36Z",
    "date": "2026-03-17T08:34:36Z",
    "ocid": "ocds-h6vhtk-060948",
    "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": "Eileen Duffy",
                "email": "eileen.duffy@tube.tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-03300301",
            "name": "SPECIALIST ENGINEERING SERVICES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03300301"
            },
            "address": {
                "streetAddress": "SES House, Unit 3 Balby Court",
                "locality": "Doncaster",
                "postalCode": "DN4 8DE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE31"
            },
            "contactPoint": {
                "email": "libby.smith@ses-esg.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "url": "https://ses-esg.com/",
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXNR-9877-ZQHG"
                }
            ]
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHMT-6197-NWNZ",
        "name": "Transport for London"
    },
    "tender": {
        "id": "WS2834470250",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Engineering Vehicles - Maintenance & Support Services",
        "description": "This procurement is for the provision of repeat services to support the Logistics and Manufacturing Engineering Vehicles for the provision of Maintenance & Supporting Services to two Tubevac Machines (DISAB 1 & DISAB 2) and supporting the equipment. These assets provide London Underground with specialist ballast/track bed removal capability that significantly reduces the labour-intensive time taken for track renewals & maintenance in Engineering hours. The total amount is circa PS768k to cover for the 1 year period. The justification for awarding the proposed contract is in accordance with the Procurement Act 2023, Section 41.6 Schedule 5, paragraph 7 is; Additional or repeat goods, services or works. (7) The public 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 and 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 of maintenance.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "Additional or repeat goods, services of works - extension or partial replacement. The justification for awarding this proposed contract in accordance with the Procurement Act 2023 Direct Award Section 41.6 Paragraph 7 to Specialist Engineering Services (SES) for the Engineering Vehicles - Maintenance & Supporting Services without competition is additional or repeat goods, services or works where:- The public contract concerns the supply of goods 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. At this time Tfl do not have the technical information to generate a specification for these services and therefore intend to directly award to the incumbent supplier to ensure continuity of supply to prevent an adverse impact on the maintenance of infrastructure due to non-availability of the maintenance vehicle. A change of supplier would require demobilisation and mobilisation of an alternative supplier; this would impact the maintenance activities of the operational railway, has the potential to cause service disruption and would inherit additional cost.",
        "specialRegime": [
            "utilities"
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            },
            {
                "id": "switchingDirectAward"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "active",
            "value": {
                "amountGross": 921000,
                "amount": 768000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-03300301",
                    "name": "SPECIALIST ENGINEERING SERVICES LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50220000",
                            "description": "Repair, maintenance and associated services related to railways and other equipment"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-01-30T00:00:00Z",
                "endDate": "2026-11-30T23:59:59Z"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "004545-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/004545-2026",
                    "datePublished": "2026-01-19T17:46:47Z",
                    "format": "text/html"
                },
                {
                    "id": "004864-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/004864-2026",
                    "datePublished": "2026-01-20T14:06:47Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-30T23:59:59Z",
                    "status": "scheduled"
                }
            ],
            "date": "2026-01-20T00:00:00Z",
            "standstillPeriod": {
                "endDate": "2026-01-29T23:59:59+00:00"
            }
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2026-02-02T00:00:00Z",
                "endDate": "2026-12-01T23:59:59Z"
            },
            "value": {
                "amountGross": 921000,
                "amount": 768000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-02-02T00:00:00Z",
            "documents": [
                {
                    "id": "A-13416",
                    "documentType": "contractSigned",
                    "description": "Provision of Operational and Support Services.",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13416",
                    "format": "application/pdf"
                },
                {
                    "id": "023799-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/023799-2026",
                    "datePublished": "2026-03-17T08:34:36Z",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "On Time Arrival",
                    "description": "Drivers to report to site or depot Manager to confirm that they are \"on site\" (ie at their first collection Point as specified on their Job Detail Sheet). This will be recorded as Site Arrival Time. All Site Arrival Times later than the Service Start Time will be expressed as a percentage of the total requests to the Supplier for the Payment Period. Liquidated Damages for late attendance on site shall apply as set out in Schedule 1",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "Fleet Availability",
                    "description": "Supplier fails to provide a vehicle and driver after a request was made by the Company in a reasonable time. All failures will be expressed as a percentage of the total requests to the Supplier for the Payment Period",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Fleet Mileage Reporting",
                    "description": "The supplier shall report the distance covered by each vehicle in providing the service on a daily basis. This is required to ensure the safety and well being of the Supplier s Drivers. All reports will be expressed as a percentage of the total requests executed by the Supplier for the Payment Period",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                }
            ]
        }
    ]
}