Scope
Reference
WS2762078681
Description
The scope of this procurement is the supply of labour to deliver track welding and grinding services on the London Underground (LU) track infrastructure network only, however, this may also include areas where Network Rail rules apply.
Supplied labour will be required to deliver the following services:
Plain Line Sites - Aluminothermic welding
Manual Metal Arc - Crossings Repair
Hand grinding
Manual Metal Arc Standard Rail Repair
Manual Metal Arc Conductor Rail Repair
Plain Line Grinding
Check Rail / Points & Crossings - Aluminothermic welding.
Burning & track cutting
Aluminothermic Welding Headwash Repair
Manual Metal Arc Plain Line Weld Repair
Points & Crossings Grinding
The term of the contract is 12 months with an option to extend for additional 6 months.
Total value (estimated)
- £12,375,000 excluding VAT
- £14,850,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 16 June 2026 to 15 June 2027
- Possible extension to 15 December 2027
- 1 year, 6 months
Description of possible extension:
The scope of the extension is the supply of labour to deliver track welding and grinding services on the London Underground (LU) track infrastructure network only, however, this may also include areas where Network Rail rules apply.
Supplied labour will be required to deliver the following services:
Plain Line Sites - Aluminothermic welding
Manual Metal Arc - Crossings Repair
Hand grinding
Manual Metal Arc Standard Rail Repair
Manual Metal Arc Conductor Rail Repair
Plain Line Grinding
Check Rail / Points & Crossings - Aluminothermic welding.
Burning & track cutting
Aluminothermic Welding Headwash Repair
Manual Metal Arc Plain Line Weld Repair
Points & Crossings Grinding
The term of the extension is 6 months.
Main procurement category
Services
CPV classifications
- 79623000 - Supply services of commercial or industrial workers
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Participation
Legal and financial capacity conditions of participation
As per the Procurement Specific Questionnaire.
This opportunity is only available to suppliers registered on the Railway Industry Supplier Qualification Scheme against the relevant RICCL codes.
Technical ability conditions of participation
As per the Procurement Specific Questionnaire.
This opportunity is only available to suppliers registered on the Railway Industry Supplier Qualification Scheme against the relevant RICCL codes.
Submission
Enquiry deadline
12 December 2025, 4:00pm
Submission type
Requests to participate
Tender submission deadline
24 December 2025, 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)
5 March 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Price | Schedule of rates with indicative annual quantities. |
Price | 50% |
| Quality | Technical ability and social value. |
Quality | 50% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Dynamic market being used
Special regime
Utilities
Competitive flexible procedure description
This contract is going to be awarded by reference to suppliers' membership of the Railway Industry Supplier Qualification Scheme, which is a qualifying utilities dynamic market. The following process will be followed:
1. Railway Industry Supplier Qualification System Opportunity Listing (completed)
The tender has been made available to the market via the RISQS portal. Only suppliers, who have registered their interest through the Opportunity Listing and meet the relevant category criteria, set out in the Opportunity Listing, will be invited to tender. Suppliers, who are not members of RISQS and / or are not registered against the relevant category, will be excluded from progressing as part of the procedure.
2. Procurement Specific Questionnaire (PSQ)
All suppliers will be required to submit a completed PSQ, which will be assessed on a Pass / Fail basis. The Conditions of Participation, set out in the PSQ, are not going to be used to limit the number of tenderers.
3. Invitation to Tender Stage
Bidders, who have been awarded a "Pass" to the PSQ, will have their technical response and commercial (price) submission evaluated.
Following the evaluation of Tenders, TfL reserves the right to either award the contract to the highest ranked bidder, on the basis of the tenders received as part of this stage, without negotiation, or proceed to negotiation stage with all bidders.
4. Negotiation Stage
TfL may elect to hold one or more rounds of negotiations, following the receipt and the evaluation of the tenders.
If TfL proceeds to the negotiation stage, it will conduct negotiations with all bidders that have submitted compliant tenders and satisfied the technical response requirements. The objective of these negotiations is to allow bidders to improve the content of their tenders and further develop their best solution for supply of labour for welding and grinding.
5. Final Tender Stage
If TfL elects to negotiate with bidders, then at the conclusion of the negotiation stage, bidders will be invited to submit final tender on the basis of the solution, as proposed and discussed in negotiations.
6. Contract Award
Following the evaluation of the final tenders in accordance with the evaluation criteria and scoring guidance, TfL will rank the bidders' responses and award the contract to the highest ranked bidder. If no negotiation stage has been used, the contract will be awarded to the highest ranked bidder, following the completion of the evaluation of the tenders.
7. Post-tender Presentation / Interview
TfL reserves the right to invite the highest ranked bidder or any bidder to deliver a presentation or attend an interview on their final tender and explain any areas of improvements that have not been discussed during the negotiation stage or need to be clarified.
Reduced tendering period
Yes
Using dynamic market - minimum 10 days
Contracting authority
Transport for London
- Public Procurement Organisation Number: PHMT-6197-NWNZ
5 Endeavour Square
London
E20 1JN
United Kingdom
Region: UKI41 - Hackney and Newham
Organisation type: Public authority - central government