Tender

London Rail Infrastructure Improvement Framework (SSQ)

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Tender

16 May 2020 at 06:45

Summary of the contracting process

The procurement process is being conducted by Transport for London (TfL) for the "London Rail Infrastructure Improvement Framework (SSQ)" aimed at establishing a framework agreement for major and minor infrastructure improvement works. This initiative falls under the construction industry in the Greater London area. Currently in the tender stage, the submission deadline for interested suppliers is 12 noon on Friday, 26th June 2020, with a contract period running from 1st December 2020 to 1st December 2027. The total estimated value of the project is £250 million, employing a selective procurement method through a negotiated procedure.

This tender presents significant opportunities for businesses, particularly those with expertise in railway operations, engineering design, and construction services. Companies that specialise in infrastructure improvement, civil engineering, and project management will find this framework beneficial, as it covers works valued between £0 and £4 million for minor and above £4 million for major improvements, with 2-3 contractors expected to be appointed for each lot. Registration on TfL's eTendering portal is required to participate, enabling businesses to engage in this substantial project that supports London's rail infrastructure development.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

London Rail Infrastructure Improvement Framework (SSQ)

Notice Description

The purpose of this procurement is to establish a Framework agreement to provide a new delivery route for Major and Minor Infrastructure Improvement works on Transport for London (TfL) and Network Rail Managed Infrastructure (NRMI) This Framework will be Rail for London Limited (Part of the TfL Group of Companies and made up of London Overground, Trams and DLR) primary means of undertaking Infrastructure Improvement Works for the term of the Framework Agreement. While primarily for Rail for London Limited this Framework can be utilised all TfL Group Companies including London Underground Limited and Crossrail for Rail Infrastructure Improvement works. Economic Operators applying for this Framework will need to demonstrate knowledge and understanding of the applicable professional engineering and design matters relating to Railway Station Operations, Railway Engineering and be able to apply them to the operation of an Light Rail Operations and Heavy Passenger Rail Operations. Economic Operators will be required to undertake the duties of Principal Designer and Principal Contractor under the CDM Regulations for all call-off contracts awarded under the Framework agreement. The selection Criteria for the SSQ as well as the deadline for completion can be located within the SSQ pack. The Framework Terms and Conditions will be based on NEC3 Option A, Option C, Short form and Professional Services Contract (with TfL Amendments) Additional information: To access the procurement documents and complete and submit the SSQ, suppliers will need to be registered on TfL's Procontract eTendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com. Further instructions and guidance are included in the selection questionnaire and other procurement documents. Any potential supplier that is registered should log onto TfL's E-Tendering system and search for 'London Rail Infrastructure Improvement Framework and/or Procontract Reference DN465077. Potential suppliers should express their interest in the opportunity by completing and submitting the SSQ by the deadline of 12 noon Friday 26th June 2020 The Framework will be in two Lots. Lot 1.1 Minor Infrastructure Improvement for Works valued between PS0 - PS4,000,000. Lot 1.2 Major Infrastructure Improvement for Works valued above PS4,000,000. Between 2-3 Contractors will be appointed to each Lot.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-cac43285-a4cb-44d0-af57-3b1cc22cd6e9
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d124f32e-7c86-4c83-8177-6c959831d761
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

34632300 - Electrical installations for railways

34946000 - Railway-track construction materials and supplies

45111000 - Demolition, site preparation and clearance work

45213320 - Construction work for buildings relating to railway transport

45213321 - Railway station construction work

45221112 - Railway bridge construction work

45234100 - Railway construction works

45234112 - Railway depot construction work

45234115 - Railway signalling works

45313000 - Lift and escalator installation work

45315400 - High voltage installation work

45331000 - Heating, ventilation and air-conditioning installation work

45340000 - Fencing, railing and safety equipment installation work

50220000 - Repair, maintenance and associated services related to railways and other equipment

71220000 - Architectural design services

71311000 - Civil engineering consultancy services

71315300 - Building surveying services

71320000 - Engineering design services

71351500 - Ground investigation services

71353200 - Dimensional surveying services

71355000 - Surveying services

71631470 - Railway-track inspection services

Notice Value(s)

Tender Value
£250,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 May 20205 years ago
Submission Deadline
26 Jun 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Dec 2020 - 1 Dec 2027 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
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
SE1 8NJ
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLI London

Local Authority
Southwark
Electoral Ward
Borough & Bankside
Westminster Constituency
Bermondsey and Old Southwark

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-b5fd17-cac43285-a4cb-44d0-af57-3b1cc22cd6e9-2020-05-16T07:45:04+01:00",
    "date": "2020-05-16T07:45:04+01:00",
    "ocid": "ocds-b5fd17-cac43285-a4cb-44d0-af57-3b1cc22cd6e9",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "TFL001-DN465077-16721675",
        "title": "London Rail Infrastructure Improvement Framework (SSQ)",
        "description": "The purpose of this procurement is to establish a Framework agreement to provide a new delivery route for Major and Minor Infrastructure Improvement works on Transport for London (TfL) and Network Rail Managed Infrastructure (NRMI) This Framework will be Rail for London Limited (Part of the TfL Group of Companies and made up of London Overground, Trams and DLR) primary means of undertaking Infrastructure Improvement Works for the term of the Framework Agreement. While primarily for Rail for London Limited this Framework can be utilised all TfL Group Companies including London Underground Limited and Crossrail for Rail Infrastructure Improvement works. Economic Operators applying for this Framework will need to demonstrate knowledge and understanding of the applicable professional engineering and design matters relating to Railway Station Operations, Railway Engineering and be able to apply them to the operation of an Light Rail Operations and Heavy Passenger Rail Operations. Economic Operators will be required to undertake the duties of Principal Designer and Principal Contractor under the CDM Regulations for all call-off contracts awarded under the Framework agreement. The selection Criteria for the SSQ as well as the deadline for completion can be located within the SSQ pack. The Framework Terms and Conditions will be based on NEC3 Option A, Option C, Short form and Professional Services Contract (with TfL Amendments) Additional information: To access the procurement documents and complete and submit the SSQ, suppliers will need to be registered on TfL's Procontract eTendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com. Further instructions and guidance are included in the selection questionnaire and other procurement documents. Any potential supplier that is registered should log onto TfL's E-Tendering system and search for 'London Rail Infrastructure Improvement Framework and/or Procontract Reference DN465077. Potential suppliers should express their interest in the opportunity by completing and submitting the SSQ by the deadline of 12 noon Friday 26th June 2020 The Framework will be in two Lots. Lot 1.1 Minor Infrastructure Improvement for Works valued between PS0 - PS4,000,000. Lot 1.2 Major Infrastructure Improvement for Works valued above PS4,000,000. Between 2-3 Contractors will be appointed to each Lot.",
        "datePublished": "2020-05-16T07:45:04+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34632300",
            "description": "Electrical installations for railways"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34946000",
                "description": "Railway-track construction materials and supplies"
            },
            {
                "scheme": "CPV",
                "id": "45111000",
                "description": "Demolition, site preparation and clearance work"
            },
            {
                "scheme": "CPV",
                "id": "45213320",
                "description": "Construction work for buildings relating to railway transport"
            },
            {
                "scheme": "CPV",
                "id": "45213321",
                "description": "Railway station construction work"
            },
            {
                "scheme": "CPV",
                "id": "45221112",
                "description": "Railway bridge construction work"
            },
            {
                "scheme": "CPV",
                "id": "45234100",
                "description": "Railway construction works"
            },
            {
                "scheme": "CPV",
                "id": "45234112",
                "description": "Railway depot construction work"
            },
            {
                "scheme": "CPV",
                "id": "45234115",
                "description": "Railway signalling works"
            },
            {
                "scheme": "CPV",
                "id": "45313000",
                "description": "Lift and escalator installation work"
            },
            {
                "scheme": "CPV",
                "id": "45315400",
                "description": "High voltage installation work"
            },
            {
                "scheme": "CPV",
                "id": "45331000",
                "description": "Heating, ventilation and air-conditioning installation work"
            },
            {
                "scheme": "CPV",
                "id": "45340000",
                "description": "Fencing, railing and safety equipment installation work"
            },
            {
                "scheme": "CPV",
                "id": "50220000",
                "description": "Repair, maintenance and associated services related to railways and other equipment"
            },
            {
                "scheme": "CPV",
                "id": "71220000",
                "description": "Architectural design services"
            },
            {
                "scheme": "CPV",
                "id": "71311000",
                "description": "Civil engineering consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71315300",
                "description": "Building surveying services"
            },
            {
                "scheme": "CPV",
                "id": "71320000",
                "description": "Engineering design services"
            },
            {
                "scheme": "CPV",
                "id": "71351500",
                "description": "Ground investigation services"
            },
            {
                "scheme": "CPV",
                "id": "71353200",
                "description": "Dimensional surveying services"
            },
            {
                "scheme": "CPV",
                "id": "71355000",
                "description": "Surveying services"
            },
            {
                "scheme": "CPV",
                "id": "71631470",
                "description": "Railway-track inspection services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 250000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure",
        "tenderPeriod": {
            "endDate": "2020-06-26T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-12-01T00:00:00Z",
            "endDate": "2027-12-01T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d124f32e-7c86-4c83-8177-6c959831d761",
                "datePublished": "2020-05-16T07:45:04+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-143779",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London"
            },
            "address": {
                "streetAddress": "197 Blackfriars Road, Southwark",
                "locality": "London",
                "postalCode": "SE1 8NJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Steven Davies",
                "email": "LondonOvergroundProcurement@TfL.gov.uk"
            },
            "details": {
                "url": "https://tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-143779",
        "name": "Transport for London"
    }
}