FOI request detail

RideLondon Contract awarded to LME ltd for 10 years

Request ID: FOI-2578-2021
Date published: 06 April 2021

You asked

I read in the press that London Marathon Events Limited (LME Ltd) has been awarded the contract by TFL to run the RideLondon event for the next 10 years. Please provide details as to the tender process for the award of this contract by TFL, the number of other companies competing in the tender, and the criteria by which the contract was awarded to LME Ltd.

We answered

TfL Ref: FOI-2578-2021 Thank you for your request of 17th March 2021 asking for information about the Ride London contract. Your request has been considered in accordance with the requirements of the Freedom of Information Act and our information access policy. Specifically you asked: “I read in the press that London Marathon Events Limited (LME Ltd) has been awarded the contract by TFL to run the RideLondon event for the next 10 years. Please provide details as to the tender process for the award of this contract by TFL, the number of other companies competing in the tender, and the criteria by which the contract was awarded to LME Ltd.” I can confirm that we hold the information you require. TfL has awarded a concession contract (Delivery Partner Agreement) to London Marathon Events Limited (LME) to deliver the RideLondon Event from 2022 to 2031. LME is responsible for planning and delivering the RideLondon Events, generating income and meeting all costs associated with staging the Events. LME does not receive any fees or charges from TfL for delivering the Events and any costs incurred by TfL are reimbursed by LME. In regard to the tender process, following the issue of a Prior Information Notice, TfL conducted an early market engagement exercise and invited responses to a market sounding questionnaire. A two-stage procurement process was undertaken consisting of a Supplier Selection Questionnaire (SSQ) and Invitation to Tender (ITT) under the Concession Contracts Regulations 2016 via TfL’s e-procurement portal. At SSQ stage 2, two suppliers submitted responses to the SSQ. Both suppliers were invited to the ITT stage. Only one supplier (LME) submitted a response to the ITT. The award criteria was based on the following: Technical 80% Commercial 20%. This is further broken-down as follows: ITT Technical Component Part Title Weighting 1 Event Vision Not scored 2 Event Management 25% 2.1 Safety (5%) Comprising of: 2.1.1 Managing risk and safety (2.5%) 2.1.2 Delivering a safe event (2.5%) 2.2 Event Planning Requirements (5%) Comprising of: 2.2.1 Governance and Resource (1%) 2.2.2 Project Management (1%) 2.2.3 Safety (2%) 2.2.4 Information and Data (1%) 2.3 Event Technical Requirements (10%) Comprising of: 2.3.1 Safety (5%) 2.3.2 Route Management (2%) 2.3.3 Control and Operations (1%) 2.3.4 Welfare and production (2%) 2.4 Event Communications & TfL/Stakeholder Commitments (5%) Comprising of: 2.4.1 Mayoral Branding (1.5%) 2.4.2 Travel Demand Management and Communications(2%) 2.4.3 Working with TfL and key stakeholders (1%) 3 Benefits to transport 15% 3.1 Attracting new and lapsed cyclists (7%) 3.2 Attracting women, BAME, inactive people, people with disabilities, young people and elderly people (6%) 3.3 Measuring, monitoring and reporting (2%) 4 Benefit to Londoners 15% 4.1 Encouraging London's diverse communities to engage with the event (7%) 4.2 Managing impacts and delivering benefits (6%) 4.3 Measuring, monitoring and reporting (2%) 5 Sustainability / responsible procurement 10% 6 Economic benefit How the event will generate and maximise economic benefit to London and the South-East 5% 7 Contract compliance 10% 7.1 Liabilities and Insurance (2.5%) Comprising of: • Parent Company Guarantees and Event Security (clause 3 and Schedule 17) • Intervening Events (clause 10) • Transfer Regulations (clause 16 and Schedule 3) • Non-solicitation (clause 17) • Warranties and Indemnity (clause 20) • Limitation of Liability (clause 21) • Insurance Policies (clause 22) • Force Majeure (clause 26) • Termination (clause 27) • Consequences of Expiry or Termination (clause 28) • Termination Compensation (Schedule 13) 7.2 Event Management, Governance and Reporting (2%) Comprising of: • Governance, Agreement of Event Route, Reporting & Audit (clause 8 and Schedule 12) • Critical Success Criteria (clause 9 and Schedule 10) • Sub-contracting and Change of Ownership (clause 11) • Third Party Agreements (clause 12) • Personnel (clause 15) • Health and Safety Hazards (clause 18) • Variation (clause 34) • Dispute Resolution Procedure (clause 46) • Event Objectives (Schedule 1, Part 2) • TTL Reserved Matters (Schedule 6) • Event Stakeholders (Schedule 7) 7.3 Financial (2%) Comprising of: • Annual Hosting Fee and Budget (clause 6 and Schedule 4) • VAT (clause 44) 7.4 Obligations (1.5%) • Commencement and Duration (clause 2) • Delivery Partner Obligations (clause 4) • TTL Obligations (clause 14 and Schedule 11) • Non-compete (clause 5) 7.5 Data Protection, Responsible Procurement and TfL Policies (1%) Comprising of: • Work Related Road Risk (clause 13) • Data Protection (clause 23) • Confidentiality and Publicity (clause 24) • Freedom of Information (clause 25) • TTL’s Statutory Discretion (clause 42) • Corrupt Gifts & Commission (clause 43) • Supplier Diversity (clause 29 and Schedule 19) • Fair Employment (London Living Wage) (clause 30) • Ethical Sourcing (clause 31) • Environmental Impact and Sustainability (clause 32 and Schedule 20) 7.6 Commercial Rights and IP (0.5%) Comprising of: • Commercial Rights (clause 7 and Schedule 8) • Intellectual Property (clause 19) • Prohibited Activities (Schedule 9) 7.7 General (0.5%) Comprising of: • Assignment (clause 33) • Third Party Rights (clause 34) • Conflict of Interest (clause 35) • Status of the parties (clause 36) • Entire Agreement (clause 37) • Waiver (clause 39) • Severability of provisions (clause 40) • Counterparts and Further Actions Required (clause 41) • Notices (clause 45) • Governing Law & Jurisdiction (clause 47) 7.8 Not evaluated as part of Contract compliance • Definitions and Interpretation (clause 1) (any amends to be evaluated as part of the relevant clauses above) • The Event (Schedule 1, Part 1) • Event Parameters (Schedule 2) • Initial Event Budget (Schedule 5) • Key Personnel (Schedule 14) • The Marks (Schedule 15) • Contract Management (Schedule 16) • Permitted Events (Schedule 18) ITT Commercial Component Part Title Weighting 8 Financial Sustainability 10% 8.1 Event Budget (2.5%) 8.2 Managing event cost base (2.5%) 8.3 Underwriting losses (2.5%) 8.4 Benefits to local communities (2.5%) 9 Annual Hosting Fee 10% TfL was not able to accept the details of the initial tender submitted by LME, but as the only applicant negotiations were commenced with LME as permitted by Regulation 31(6)(a) of the Concession Contracts Regulations to agree a contract to deliver the requirements and event objectives set out in the tender documents. If this is not the information you are looking for please do not hesitate to contact me. If you are considering submitting a further FOI request please think carefully about whether the request is essential at this current time, as answering FOI requests will require the use of limited resources and the attention of staff who could be supporting other essential activity. Where requests are made, please note that our response time may be impacted by the current situation. Please see the attached information sheet for details of your right to appeal as well as information on copyright and what to do if you would like to re-use any of the information we have disclosed. Yours sincerely, David Wells FOI Case Officer FOI Case Management Team General Counsel Transport for London

Back to top

Want to make a request?

We'll email you the response within 20 working days.


We'll publish the response online without disclosing any personal information.