Scope
Reference
202501010
Description
The Metrolink Tram System is the backbone of the Bee Network , Greater Manchester's integrated public transport network, and is of strategic importance to the economy of Greater Manchester, providing fast and frequent links across the region for employment, leisure and tourism.
The Metrolink assets comprise a fleet of 147 trams, over 100 km of track and overhead line, 99 stops, 2 depots and growing patronage of over 46 million passenger journeys per annum (March 2025). Metrolink is the largest light rail network in the UK.
Operation and management of the system is currently undertaken via one major contract let by TfGM. The maintenance and operations obligations for Metrolink are included within the Metrolink Operations and Maintenance Agreement (MOMA) with the current contract ending in July 2027.
Selecting the best provider of operation and maintenance services is critical to TfGM's continued success in the coming decade. The value of the operations and maintenance services is expected to be in the order of £1.9 billion over 11 years, with a potential to instruct additional capital works.
This notice is intended to inform potential tenderers that TfGM are now formally commencing the procurement process to appoint an operation and maintenance provider for 2027 onwards, and provide a timeline for the procurement.
The procurement will follow a 2 stage process under the competitive flexible procedure with an initial Procurement Specific Questionnaire (PSQ) stage from which a maximum of four tenderers will be progressed to the tender stage. Full details are provided within the PSQ, draft contract and draft Invitation to Negotiate (ITN ) which are freely and electronically available via the linked Pro Contract e Portal.
The successful tenderer, as an experienced operator and maintainer will also support TfGM in their procurement and delivery of Expansion Projects to the Metrolink System including new stops and new trams, new control systems and the development of future extensions. The successful tenderer will be responsible for delivering a step change in asset management that maximises the life of the existing assets and maximises the capacity of the services delivered with the existing assets.
Total value (estimated)
- £1,600,000,000 excluding VAT
- £1,920,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 25 July 2027 to 24 July 2034
- Possible extension to 24 July 2038
- 11 years
Description of possible extension:
Optional extension of up to three years following initial seven years. Two emergency one year extension options, one after the initial seven years or one after the three year optional extension.
Further and full detail are provided within the procurement documentation - draft ITN and draft contract .
(Total maximum 11 years)
Main procurement category
Services
Additional procurement category
Works
CPV classifications
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 60112000 - Public road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60210000 - Public transport services by railways
- 71314200 - Energy-management services
- 71540000 - Construction management services
- 71631470 - Railway-track inspection services
- 79420000 - Management-related services
- 98351000 - Car park management services
Contract locations
- UKD - North West (England)
Participation
Legal and financial capacity conditions of participation
Please refer to the procurement specific questionnaire available from the noted Pro Contract ePortal.
Technical ability conditions of participation
Please refer to the procurement specific questionnaire available from the noted Pro Contract ePortal.
Submission
Enquiry deadline
10 September 2025, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
24 September 2025, 12:00pm
Submission address and any special instructions
Via Pro Contract ePortal - Reference number DN772396
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
3 to 4 suppliers
Selection criteria:
Refer to the PSQ which provides full detail of the qualitative elements to be evaluated.
Award decision date (estimated)
15 January 2027
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Qualitative | Qualitative elements as fully detailed within the draft ITN documentation |
Quality | 60% |
Quantitative | Price criterion as fully detailed with the draft ITN documentation |
Price | 40% |
Other information
Payment terms
Details are within the draft contract
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
This competition is being conducted under the competitive flexible procedure in accordance with section 20(1) and (2) (a) of the Procurement Act 2023. This procurement is for the award of a utilities contract pursuant to section 6 and Schedule 4 to the Procurement Act 2023. The procurement process leading to the award of this MOMA2 agreement is anticipated to comprise two main stages: qualification and award. At the outcome of the first stage, qualification, TfGM will have established a shortlist of Candidates.
TfGM intends to shortlist a minimum of 3 to a maximum of 4 Candidates (provided there are sufficient suitable Candidates). The evaluation methodology to be applied during this stage of the process is fully detailed in the PSQ document. TfGM will inform all Candidates who submit a completed PSQ response whether or not they have been shortlisted to receive an ITN.
The award stage will commence with the issuing by TfGM of the ITN to each shortlisted Candidate, thereafter, referred to as "Tenderers". The documents making up the ITN will contain greater detail about the scope of services, the draft MOMA2 agreement, supporting material, and detailed information regarding the award process and award criteria.
Prior to submitting a Tender (as defined in the ITN), each Tenderer will be invited to attend plenary session(s) with TfGM. The plenary session(s) will provide an opportunity for TfGM to present key aspects of the award process and the requirements of the MOMA2 agreement to all Tenderers. Following the plenary session(s), individual Tenderers will be invited (but not obliged) to attend one-to-one sessions with TfGM to discuss and negotiate on specific topics in relation to the requirements of the ITN, and the MOMA2 agreement. The plenary session(s) and one-to-one sessions are intended to assist Tenderers to understand the award process, and TfGM's requirements for this procurement.
Following the plenary session(s) and one-to-one sessions, each Tenderer will be invited to submit a tender for the MOMA2 agreement in accordance with the ITN (for completeness a finalised version of the ITN will be issued via the Pro Contract ePortal)
Full timeline and evaluation and moderation detail are provided within the draft ITN that will be automatically issued with the PSQ document.
TfGM reserves the right to refine the award criteria during the procurement process, pursuant to section 24 of the procurement act 2023, and following negotiation with tenderers and/or written negotiations. All tenderers will be notified of any such changes via the Pro Contract ePortal.
Documents
Associated tender documents
https://procontract.due-north.com
PSQ documentation
Draft ITN
Draft contract
Via Pro Contract ePortal - Reference number DN772396
Documents will be freely available following issue of this Notice
https://procontract.due-north.com
Technical specifications to be met
https://procontract.due-north.com/
https://procontract.due-north.com
Contracting authority
Transport for Greater Manchester
- Public Procurement Organisation Number: PNJQ-2746-NWYT
2 Piccadilly Place
Manchester
M1 3BG
United Kingdom
Email: procurement@tfgm.com
Website: https://tfgm.com
Region: UKD33 - Manchester
Organisation type: Public authority - sub-central government
Other organisations
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
NORTHSTAR CONSULTANCY LIMITED
Summary of their role in this procurement: Consultancy support across all areas of the procurement and contract
- Companies House: 06172311
- Public Procurement Organisation Number: PDJV-5552-NCLP
78 York Street
London
W1H 1DP
United Kingdom
Region: UKI32 - Westminster
DLA PIPER UK LLP
Summary of their role in this procurement: Legal support
- Companies House: OC307847
- Public Procurement Organisation Number: PMPT-8255-CHYG
160 Aldersgate Street
London
EC1A 4HT
United Kingdom
Region: UKI31 - Camden and City of London