Scope
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/aw?awh=r&awssk=bRtskzOdPIXLDrbT&realm=TfL&dard=1
SAP Ariba Supplier Registration Help Page:
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).
Total value (estimated)
- £35,280,000 excluding VAT
- £42,336,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 21 September 2026 to 17 September 2028
- Possible extension to 12 September 2032
- 5 years, 11 months, 22 days
Description of possible extension:
The contract will include options to extend for increments of any length up to four years.
Main procurement category
Services
CPV classifications
- 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
Contract locations
- UKI - London
Participation
Legal and financial capacity conditions of participation
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.
Technical ability conditions of participation
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.
Submission
Enquiry deadline
24 April 2026, 12:00pm
Tender submission deadline
1 May 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
6 July 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Capability Assessment | Pass/Fail |
Quality |
| Tender Evaluation Criteria Questions | 100% Weighting |
Quality |
Weighting description
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%
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Concession
Contracting authority
Transport for London
- Public Procurement Organisation Number: PHMT-6197-NWNZ
5 Endeavour Square
London
E20 1JN
United Kingdom
Email: v_sabinenemeth@tfl.gov.uk
Region: UKI41 - Hackney and Newham
Organisation type: Public authority - central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
London Councils
Summary of their role in this procurement: Tender evaluator
- Companies House: 03037449
- Public Procurement Organisation Number: PQZY-9683-WMWM
4th Floor 12 Arthur Street
London
EC4R 9AB
United Kingdom
Region: UKI31 - Camden and City of London