Tender

Construction Logistics and Cyclist Safety (CLOCS)

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Tender

13 May 2026 at 17:48

Summary of the contracting process

Transport for London (TfL) is seeking responses from industry bodies for a five-year concessionaire contract focusing on the Construction Logistics and Cyclist Safety (CLOCS) programme. This procurement process pertains to the services sector and involves the management and expansion of the CLOCS programme which aims to enhance road safety, particularly concerning construction supply chains. The tender highlights include operational safety practices, driver training, and logistics planning. This is under a below-threshold open competition procurement method. The submissions are to be made electronically via TfL's SAP Ariba system. The enquiry period ends on 8th June 2026, with the deadline for submissions set for 16th June 2026.

This tender presents a valuable opportunity for businesses in transport logistics, safety consultancy, and administrative support aimed at improving public safety through strategic logistics planning and execution. Organisations with expertise in administering industry-led safety initiatives or those adept in transport systems and construction supply chains can leverage this opportunity. The contract encourages small and medium-sized enterprises to apply, offering growth potential through ongoing engagements like communication facilitation, compliance audits, and training workshops. Successful bidders will undertake roles involving substantial organisational and communication responsibilities, fitting for businesses with a proven track record in managing multi-faceted safety programmes and executing effective stakeholder engagements.

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

Notice Title

Construction Logistics and Cyclist Safety (CLOCS)

Notice Description

Transport for London (TfL) requires responses from relevant industry bodies to run a five year Concessionaire contract for the expansion and Business as Usual (BAU) communications function of the Construction Logistics and Cyclist Safety (CLOCS) programme. CLOCS a construction industry-led programme which aims to improve road safety across construction supply chains with a focus on reducing collisions between heavy and large goods vehicles and vulnerable road users. The supplier will act as secretariat for the quarterly CLOCS Board, working group and sub-group meetings, conducting all administrative requirements including communications, invitations, agendas, compiling presentation slides, papers, facilitation (as required), notes and minutes. Administrative arrangements will include the sourcing of a venue, or arranging relevant online facilities, refreshments and catering. A suitable representative will be appointed chair of the working groups through a fair selection process agreed with the working group. The industry-led working group is comprised of a range of construction, logistics and safety organisations. It has been established to provide a clear understanding of current and upcoming industry good practice. Good practice includes vehicle design and technology, operational constraints and capabilities, driver training and development, construction logistics plans and site standard.

Lot Information

Lot 1

Renewal: Option to extend up to 2 Years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-069847
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/044168-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services


CPV Codes

63524000 - Transport document preparation services

63710000 - Support services for land transport

71311200 - Transport systems consultancy services

Notice Value(s)

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

Notice Dates

Publication Date
13 May 2026Today
Submission Deadline
16 Jun 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Sep 2026 - 30 Sep 2031 Over 5 years
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 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
TLI London

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

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-069847-2026-05-13T18:48:11+01:00",
    "date": "2026-05-13T18:48:11+01:00",
    "ocid": "ocds-h6vhtk-069847",
    "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": "clive.edwards@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.tfl.gov.uk",
                "classifications": [
                    {
                        "id": "publicUndertaking",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHMT-6197-NWNZ",
        "name": "Transport for London"
    },
    "tender": {
        "id": "WS2861256080",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Construction Logistics and Cyclist Safety (CLOCS)",
        "description": "Transport for London (TfL) requires responses from relevant industry bodies to run a five year Concessionaire contract for the expansion and Business as Usual (BAU) communications function of the Construction Logistics and Cyclist Safety (CLOCS) programme. CLOCS a construction industry-led programme which aims to improve road safety across construction supply chains with a focus on reducing collisions between heavy and large goods vehicles and vulnerable road users. The supplier will act as secretariat for the quarterly CLOCS Board, working group and sub-group meetings, conducting all administrative requirements including communications, invitations, agendas, compiling presentation slides, papers, facilitation (as required), notes and minutes. Administrative arrangements will include the sourcing of a venue, or arranging relevant online facilities, refreshments and catering. A suitable representative will be appointed chair of the working groups through a fair selection process agreed with the working group. The industry-led working group is comprised of a range of construction, logistics and safety organisations. It has been established to provide a clear understanding of current and upcoming industry good practice. Good practice includes vehicle design and technology, operational constraints and capabilities, driver training and development, construction logistics plans and site standard.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63524000",
                        "description": "Transport document preparation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63710000",
                        "description": "Support services for land transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 500000,
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": false,
        "submissionMethodDetails": "To access the tender documents and to be able to participate in the tender, ALL suppliers must be registered on TfL's SAP Ariba system. To express an interest for this contract, interested bidders must BOTH confirm by email to clive.edwards@tfl.gov.uk and scottwilding@tfl.gov.uk to express their interest in the opportunity AND complete Ariba registration, if required. Upon completion of registration and confirmation that the bidder has been invited to the Sourcing Event in Ariba, the interested bidder will have unrestricted and full access to the procurement documents, free of charge through their dashboard when they login to Ariba at https://service.ariba.com/Supplier.aw. Any additional information can be obtained from the above mentioned email address. Economic operators need to complete and submit a response to the relevant procurement documents by the deadline date set out in these documents. To register or to check if you are already registered in Ariba log on to https://service.ariba.com/Supplier.aw. Interested participants must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of this opportunity and the procurement exercise before submitting their response. For help on uploading your responses, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk Please note, even if you are already a registered supplier on SAP Ariba you must without any delay confirm to clive.edwards@tfl.gov.uk your intention to participate in this opportunity and your details as follows, so that TfL can manually add vital details to the Sourcing Event on SAP Ariba. You must provide ALL of the following details: - your single point of contact first name and surname - your email address - your position in the organisation - your organisation name - your organisation Ariba Network ID (ANID) number. Thank you.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2026-06-16T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-06-08T16:00:00+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 500000,
                    "amount": 500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Specific Component 1: CLOCS Standard and Brand Growth 15% Specific Component 2: Scheme Administration, CLOCS board and working groups 13% Specific Component 3: Compliance, Auditing and Quality Assurance 10% Specific Component 4: Communication and Marketing 15% Specific Component 5: Best Practice, Guidance, Toolkits and Learning 17% Specific Component 6: Training, workshops and Forums 8% Specific Component 7: Commercial management 17% Specific Component 8: Mobilisation and Transition Project Plan 5% Total 100% 45",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2031-09-30T23:59:59+01:00",
                    "maxExtentDate": "2033-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend up to 2 Years"
                }
            }
        ],
        "documents": [
            {
                "id": "A-16133",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-16133",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "A-16134",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-16134",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "044168-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/044168-2026",
                "datePublished": "2026-05-13T18:48:11+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}