Tender

East Midlands Railway : Movement of class fleets between stations, depots and for maintenance.

TRANSPORT UK EAST MIDLANDS LIMITED

This public procurement record has 1 release in its history.

Tender

13 May 2026 at 16:00

Summary of the contracting process

Transport UK East Midlands Limited is seeking proposals for the movement of class fleets between stations, depots, and for maintenance under a tender titled "East Midlands Railway: Movement of class fleets." The procurement process is currently at the tender stage with a deadline for expression of interest set for 8th June 2026. This contract, valued at £2,000,000, will be conducted using a selective procurement method under a competitive flexible procedure. The procurement category is services, specifically focusing on repair, maintenance, and associated services related to railways. The contract is expected to begin on the 13th of November 2026 and could potentially extend to a total of three years. It covers multiple regions across the UK, including the East Midlands area, and involves moving fleets for maintenance using environmentally efficient logistics.

This tender presents significant opportunities for businesses specialising in rail transport services, particularly those experienced in fleet logistics and maintenance. Companies that can demonstrate technical ability, cost efficiency, and adherence to safety and environmental standards will be well-positioned to compete. Small and medium enterprises (SMEs) can benefit, given the suitability criteria supporting their involvement. Businesses will be required to have certified personnel skilled in route knowledge and fleet movement, catering to a range of EMR's class fleets. The tender process will include an Expression of Interest Stage followed by a Procurement Specific Questionnaire, with optional negotiation stages, tailored to enable suppliers to showcase their credentials and innovative solutions.

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

Notice Title

East Midlands Railway : Movement of class fleets between stations, depots and for maintenance.

Notice Description

Transport UK East Midlands Limited ("EMR") is responsible for the operation of rail passenger transport services in the East Midlands area. EMR is preparing for a potential transition of operations to a successor operator, which is expected to be a public sector company and a wholly owned subsidiary of DfTO Operator Limited, ultimately owned by the Secretary of State for Transport (the "Successor Operator"). Transport UK East Midlands Railway Limited is the operator of EMR connecting people and places across the Midlands and through to London. Our Routes Intercity - Fast, limited stop service on the Midland Main Line which operates between Sheffield/Nottingham and London St Pancras Connect Semi-fast stopping service on the Midland Main Line which operates between Corby and London St Pancras Regional - Typically, local in their nature with frequent intermediate stops, EMR's Regional routes span the country from east to west. The routes are as follows: - Liverpool - Norwich (interurban, limited stop service) Nottingham-Skegness (note this also has significant seasonal traffic which results in a summer requirement for road transport to supplement the train service) Derby-Matlock Crewe-Newark Castle Leicester-Grimsby Town via Lincoln Lincoln-Newark Northgate Doncaster-Lincoln-Peterborough Nottingham-Mansfield-Worksop Cleethorpes-Barton on Humber Further information can be found at: * https://www.eastmidlandsrailway.co.uk/ Aims In delivering this contract, EMR requires the Supplier to undertake the following: * Safe Transportation - ensure the safe movement of train sets, adhering to all safety regulations and standards and without damage. * Timely delivery - planning and co-ordination to meet delivery schedules. * Cost Efficiency - minimizing costs whilst maintaining high standards of service. * Flexibility and Adaptability - able to adapt to changing circumstances. * Environmental Considerations - reducing the environmental impact through efficient logistics and use of eco-friendly practices. EMR operates a fleet of Class 158s, Class 170 Diesel Multiple Units, class 222 Class and Class 810 Bi-Mode Electric Multiple Units. Suppliers are requested to provide EMR with a proposal for the movement of fleets between EMR depots and stabling locations including, but not restricted to Etches Park (Derby), Eastcroft (Nottingham), Kettering, Bedford Cauldwell and Cricklewood to various third-party locations (as requested by EMR) for the purposes of maintenance and repair. This may involve moving units under their own power, or movement with locomotives and translator equipment. EMR recognises that markets and businesses are changing at an ever-increasing pace. The requirements detailed in this document are, therefore, the minimum acceptable to EMR and the Supplier should consider where they are capable of development of services within their offer to meet EMR's requirements. EMR will notify provider of specifics and for high-risk requirements may provide support (team) to be on site with provider - case by case and as undertaken at booking stage requirement. EMR will not accept responsibility for any "hard shunt" processes or lack of route knowledge / planning. All drivers must be suitably certified to undertake the requirements - certification for route knowledge and fleet specific. The service provider is responsible for ensuring all personnel meet these requirements. Whereby the customer has provided details of any issues and condition/ advice for the vehicle move that are known with relevant guidance to the service provider , with that knowledge it is up to the service provider to undertake the required service, the customer would not be liable in respect of any losses caused by the Vehicles for details provided to service provider and not taken into account whilst undertaking the service. The services will be required for movement of fleet both under its own power and by external requirements. EMR will not accept responsibility for any "hard shunt" processes or lack of route knowledge / planning. The Supplier should undertake all planned movements (ad hoc will be as and when required) to be carried out during the hours of 0700-2100 (or as close to these hours as reasonably practicable). The Contract duration will be 2 years with options to extend for a further 1-year increment (to a maximum contract length of 3 years).

Lot Information

Lot 1

Renewal: The Contract duration will be 2 years with options to extend for a further 1-year increment (to a maximum contract length of 3 years).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-069832
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/044132-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
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

50 - Repair and maintenance services


CPV Codes

50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 May 2026Yesterday
Submission Deadline
8 Jun 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 Nov 2026 - 12 Nov 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TRANSPORT UK EAST MIDLANDS LIMITED
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
EC4A 3AG
Post Town
Central 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
Castle Baynard
Westminster Constituency
Cities of London and Westminster

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-069832-2026-05-13T17:00:50+01:00",
    "date": "2026-05-13T17:00:50+01:00",
    "ocid": "ocds-h6vhtk-069832",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-09860485",
            "name": "TRANSPORT UK EAST MIDLANDS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09860485"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYJP-8287-BJGL"
                }
            ],
            "address": {
                "streetAddress": "2nd Floor St Andrew's House",
                "locality": "London",
                "postalCode": "EC4A 3AG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "Procurement@eastmidlandsrailway.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-09860485",
        "name": "TRANSPORT UK EAST MIDLANDS LIMITED"
    },
    "tender": {
        "id": "EMRSH02 Railway Movement of class fleets between stations, depots and for maintenance.",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "East Midlands Railway : Movement of class fleets between stations, depots and for maintenance.",
        "description": "Transport UK East Midlands Limited (\"EMR\") is responsible for the operation of rail passenger transport services in the East Midlands area. EMR is preparing for a potential transition of operations to a successor operator, which is expected to be a public sector company and a wholly owned subsidiary of DfTO Operator Limited, ultimately owned by the Secretary of State for Transport (the \"Successor Operator\"). Transport UK East Midlands Railway Limited is the operator of EMR connecting people and places across the Midlands and through to London. Our Routes Intercity - Fast, limited stop service on the Midland Main Line which operates between Sheffield/Nottingham and London St Pancras Connect Semi-fast stopping service on the Midland Main Line which operates between Corby and London St Pancras Regional - Typically, local in their nature with frequent intermediate stops, EMR's Regional routes span the country from east to west. The routes are as follows: - Liverpool - Norwich (interurban, limited stop service) Nottingham-Skegness (note this also has significant seasonal traffic which results in a summer requirement for road transport to supplement the train service) Derby-Matlock Crewe-Newark Castle Leicester-Grimsby Town via Lincoln Lincoln-Newark Northgate Doncaster-Lincoln-Peterborough Nottingham-Mansfield-Worksop Cleethorpes-Barton on Humber Further information can be found at: * https://www.eastmidlandsrailway.co.uk/ Aims In delivering this contract, EMR requires the Supplier to undertake the following: * Safe Transportation - ensure the safe movement of train sets, adhering to all safety regulations and standards and without damage. * Timely delivery - planning and co-ordination to meet delivery schedules. * Cost Efficiency - minimizing costs whilst maintaining high standards of service. * Flexibility and Adaptability - able to adapt to changing circumstances. * Environmental Considerations - reducing the environmental impact through efficient logistics and use of eco-friendly practices. EMR operates a fleet of Class 158s, Class 170 Diesel Multiple Units, class 222 Class and Class 810 Bi-Mode Electric Multiple Units. Suppliers are requested to provide EMR with a proposal for the movement of fleets between EMR depots and stabling locations including, but not restricted to Etches Park (Derby), Eastcroft (Nottingham), Kettering, Bedford Cauldwell and Cricklewood to various third-party locations (as requested by EMR) for the purposes of maintenance and repair. This may involve moving units under their own power, or movement with locomotives and translator equipment. EMR recognises that markets and businesses are changing at an ever-increasing pace. The requirements detailed in this document are, therefore, the minimum acceptable to EMR and the Supplier should consider where they are capable of development of services within their offer to meet EMR's requirements. EMR will notify provider of specifics and for high-risk requirements may provide support (team) to be on site with provider - case by case and as undertaken at booking stage requirement. EMR will not accept responsibility for any \"hard shunt\" processes or lack of route knowledge / planning. All drivers must be suitably certified to undertake the requirements - certification for route knowledge and fleet specific. The service provider is responsible for ensuring all personnel meet these requirements. Whereby the customer has provided details of any issues and condition/ advice for the vehicle move that are known with relevant guidance to the service provider , with that knowledge it is up to the service provider to undertake the required service, the customer would not be liable in respect of any losses caused by the Vehicles for details provided to service provider and not taken into account whilst undertaking the service. The services will be required for movement of fleet both under its own power and by external requirements. EMR will not accept responsibility for any \"hard shunt\" processes or lack of route knowledge / planning. The Supplier should undertake all planned movements (ad hoc will be as and when required) to be carried out during the hours of 0700-2100 (or as close to these hours as reasonably practicable). The Contract duration will be 2 years with options to extend for a further 1-year increment (to a maximum contract length of 3 years).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    }
                ],
                "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"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Expression of Interest Stage Procurement Specific Questionnaire stage including Confirmation of core supplier information, Associated persons Conditions of Participation- EMR Specific Questions Conditions of Participation- Project Specific Questions Initiation to Tender Negotiation stage (optional)"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://eastmidlandsrailway.medius-s2c.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=2291&Culture=en-GB",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-06-08T14:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-06-08T14:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-11-12T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 2000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Ability",
                            "description": "QUALITY",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "COMMERCIAL",
                            "description": "Commercial submission",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "PSQ Pass",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-11-13T00:00:00Z",
                    "endDate": "2027-11-12T23:59:59Z",
                    "maxExtentDate": "2028-11-13T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract duration will be 2 years with options to extend for a further 1-year increment (to a maximum contract length of 3 years)."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "044132-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/044132-2026",
                "datePublished": "2026-05-13T17:00:50+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}