Award

London Highway Maintenance and Projects Framework

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Award

14 Apr 2021 at 12:38

Summary of the contracting process

The procurement process is led by Transport for London (TfL) to establish a London Highway Maintenance and Projects Framework, which falls under the construction work for highways, roads category. This initiative is based in London and is part of a selective procurement method involving competitive negotiation. The procurement has reached the Award stage, with an estimated total value of approximately £1.4 billion across three geographical areas: Central, North, and South London. Key dates include contract signings that occurred in March 2021, with service delivery scheduled to commence in April 2021.

This tender presents significant business growth opportunities for construction firms specialising in highway maintenance, road construction, and associated engineering services. Providers that excel in project management, design services, and emergency maintenance will find particular suitability for this framework. With a long-term framework of 8 to 12 years, successful contractors can secure consistent revenue streams through ongoing maintenance contracts, and potential follow-on task orders across the diverse areas of London encompassed by this initiative.

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 Highway Maintenance and Projects Framework

Notice Description

TfL is establishing 3 single supplier frameworks for highway maintenance and capital renewals and enhancements and associated works and services, across London, for use by TfL and other contracting authorities identified in the Contract Notice. Each framework will represent different geographic areas as its "core area" across London. Service delivery under these frameworks commences in April 2021.

Lot Information

Central Area

This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the Central Area of London, which comprises the geographic area covered by London Boroughs of Camden, Hackney, Hammersmith & Fulham, Islington, Kensington & Chelsea, Lambeth, Southwark, Tower Hamlets, Wandsworth, Westminster and the City of London and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 2 and Lot 3), which have assets which TfL is responsible for as a 'Highway Authority' pursuant to relevant highways legislation. The successful contractor for Lot 1 will deliver the Core Services and any Task Orders instructed where a call- off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract Notice) and where such Core Services and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 1 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 2 and/or Lot 3. The successful contractor for Lot 1 may also be requested (but will not be obliged) to deliver the Core Services and any Task Orders instructed in the areas covered by Lot 2 and/or Lot 3 under a call-off contract placed by a London Borough situated in Lot 2 and/or Lot 3. The framework scope includes the following: * highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); * construction of capital renewal and enhancement schemes; * works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; * design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; * the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and * any ancillary or incidental works, services or supplies related to the scope described above. Lots 1 and/or 2 also includes Core Services and the ability to instruct Task Orders on other TfL owned assets currently being delivered under other contracts, following their expiry or termination. This includes the A13 road currently being maintained under Design, Build, Finance and Operate (DBFO) arrangements due to expire in 2030. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.

Options: TfL may extend the framework beyond the initial term of 8 years for up to 4 years at its discretion. Call-Off Contract durations are not envisaged to extend past the framework duration (initial or extended). Framework terms will continue to apply to Task Orders instructed before expiry of the framework, but which have not completed before the framework is due to expire, up to completion of such Task Orders.

North Area

This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the North Area of London, which comprises the geographic area covered by London Boroughs of Barking & Dagenham, Barnet, Brent, Ealing, Enfield, Haringey, Harrow, Havering, Hillingdon, Hounslow, Newham, Redbridge and Waltham Forest and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 1 and Lot 3), which have assets which TfL is responsible for as a 'Highway Authority' pursuant to relevant highways legislation. The successful contractor for Lot 2 will be required to deliver Core Services and any Task Orders instructed where a call-off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract Notice) and where such Core Services and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 2 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 1 and/or Lot 3. The successful contractor for Lot 2 may also be requested (but will not be obliged) to deliver Core Services and any Task Orders instructed in the areas covered by Lot 1 and/or Lot 3 under a call-off contract placed by a London Borough situated in Lot 1 and/or Lot 3. The framework scope includes the following: * highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); * construction of capital renewal and enhancement schemes; * works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; * design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; * the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and * any ancillary or incidental works, services or supplies related to the scope described above. Lots 1 and/or 2 also includes Core Services and the ability to instruct Task Orders on other TfL owned assets currently being delivered under other contracts, following their expiry or termination. This includes the A13 road currently being maintained under Design, Build, Finance and Operate (DBFO) arrangements due to expire in 2030. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.

Options: TfL may extend the framework beyond the initial term of 8 years for up to 4 years at its discretion. Call-Off Contract durations are not envisaged to extend past the framework duration (initial or extended). Framework terms will continue to apply to Task Orders instructed before expiry of the framework, but which have not completed before the framework is due to expire, up to completion of such Task Orders.

South Area

This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the South Area of London, which comprises the geographic area covered by London Boroughs of Bexley, Bromley, Croydon, Greenwich, Kingston upon Thames, Lewisham, Merton, Richmond upon Thames and Sutton and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 1 and Lot 2), which have assets which TfL is responsible for as a 'Highway Authority' pursuant to relevant highways legislation. The successful contractor for Lot 3 will be required to deliver Core Services and any Task Orders instructed where a call-off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract notice) and where such Core Works and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 3 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 1 and/or Lot 2. The successful contractor for Lot 3 may also be requested (but will not be obliged) to deliver Core Services and any Task Orders instructed in the areas covered by Lot 1 and/or Lot 2 under a call-off contract placed by a London Borough situated in Lot 1 and/or Lot 2. The framework scope includes the following: * highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); * construction of capital renewal and enhancement schemes; * works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; * design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; * the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and * any ancillary or incidental works, services or supplies related to the scope described above. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.

Options: TfL may extend the framework beyond the initial term of 8 years for up to 4 years at its discretion. Call-Off Contract durations are not envisaged to extend past the framework duration (initial or extended). Framework terms will continue to apply to Task Orders instructed before expiry of the framework, but which have not completed before the framework is due to expire, up to completion of such Task Orders.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a5f4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007811-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

44113000 - Road-construction materials

45111240 - Ground-drainage work

45111250 - Ground investigation work

45213311 - Bus station construction work

45213314 - Bus garage construction work

45221119 - Bridge renewal construction work

45232452 - Drainage works

45233100 - Construction work for highways, roads

45233139 - Highway maintenance work

45233141 - Road-maintenance works

45432112 - Laying of paving

50232100 - Street-lighting maintenance services

50232110 - Commissioning of public lighting installations

71322000 - Engineering design services for the construction of civil engineering works

71510000 - Site-investigation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,423,000,000 £1B-£10B

Notice Dates

Publication Date
14 Apr 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
8 Mar 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
Mr Scott Spencer
Contact Email
scottspencer@tfl.gov.uk
Contact Phone
+44 2071261912

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

Supplier Information

Number of Suppliers
4
Supplier Names

FM CONWAY

KIER HIGHWAYS

RINGWAY INFRASTRUCTURE SERVICES

TARMAC TRADING

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-h6vhtk-02a5f4-2021-04-14T13:38:22+01:00",
    "date": "2021-04-14T13:38:22+01:00",
    "ocid": "ocds-h6vhtk-02a5f4",
    "description": "The procurement process has been conducted by TfL (a functional body of the Greater London Authority (GLA)) under the Public Contracts Regulations 2015 on behalf of itself, other members of the GLA (including London Legacy Development Corporation, Old Oak and Park Royal Development Corporation, the London Fire Commissioner and the Mayor's Office for Policing and Crime), London Boroughs and the City of London. These contracting authorities, and any private developers whose developments impact on the Transport for London Road Network (TLRN), may (but are not obliged to) call-off Core Services and instruct Task Orders under these frameworks. The total value (excluding VAT) stated in Section II.1.7 is the total estimated maximum value of the works and/or services anticipated across all 3 frameworks. The values (excluding VAT) stated in Sections V.2.4 are the total estimated maximum values of the works and/or services anticipated across each of the Lots. The estimated values do not include works that may be instructed by private developers.",
    "initiationType": "tender",
    "tender": {
        "id": "tfl_scp_001746a",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "London Highway Maintenance and Projects Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45233100",
            "description": "Construction work for highways, roads"
        },
        "mainProcurementCategory": "works",
        "description": "TfL is establishing 3 single supplier frameworks for highway maintenance and capital renewals and enhancements and associated works and services, across London, for use by TfL and other contracting authorities identified in the Contract Notice. Each framework will represent different geographic areas as its \"core area\" across London. Service delivery under these frameworks commences in April 2021.",
        "lots": [
            {
                "id": "1",
                "title": "Central Area",
                "description": "This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the Central Area of London, which comprises the geographic area covered by London Boroughs of Camden, Hackney, Hammersmith & Fulham, Islington, Kensington & Chelsea, Lambeth, Southwark, Tower Hamlets, Wandsworth, Westminster and the City of London and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 2 and Lot 3), which have assets which TfL is responsible for as a 'Highway Authority' pursuant to relevant highways legislation. The successful contractor for Lot 1 will deliver the Core Services and any Task Orders instructed where a call- off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract Notice) and where such Core Services and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 1 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 2 and/or Lot 3. The successful contractor for Lot 1 may also be requested (but will not be obliged) to deliver the Core Services and any Task Orders instructed in the areas covered by Lot 2 and/or Lot 3 under a call-off contract placed by a London Borough situated in Lot 2 and/or Lot 3. The framework scope includes the following: * highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); * construction of capital renewal and enhancement schemes; * works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; * design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; * the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and * any ancillary or incidental works, services or supplies related to the scope described above. Lots 1 and/or 2 also includes Core Services and the ability to instruct Task Orders on other TfL owned assets currently being delivered under other contracts, following their expiry or termination. This includes the A13 road currently being maintained under Design, Build, Finance and Operate (DBFO) arrangements due to expire in 2030. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "TfL may extend the framework beyond the initial term of 8 years for up to 4 years at its discretion. Call-Off Contract durations are not envisaged to extend past the framework duration (initial or extended). Framework terms will continue to apply to Task Orders instructed before expiry of the framework, but which have not completed before the framework is due to expire, up to completion of such Task Orders."
                },
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "North Area",
                "description": "This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the North Area of London, which comprises the geographic area covered by London Boroughs of Barking & Dagenham, Barnet, Brent, Ealing, Enfield, Haringey, Harrow, Havering, Hillingdon, Hounslow, Newham, Redbridge and Waltham Forest and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 1 and Lot 3), which have assets which TfL is responsible for as a 'Highway Authority' pursuant to relevant highways legislation. The successful contractor for Lot 2 will be required to deliver Core Services and any Task Orders instructed where a call-off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract Notice) and where such Core Services and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 2 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 1 and/or Lot 3. The successful contractor for Lot 2 may also be requested (but will not be obliged) to deliver Core Services and any Task Orders instructed in the areas covered by Lot 1 and/or Lot 3 under a call-off contract placed by a London Borough situated in Lot 1 and/or Lot 3. The framework scope includes the following: * highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); * construction of capital renewal and enhancement schemes; * works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; * design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; * the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and * any ancillary or incidental works, services or supplies related to the scope described above. Lots 1 and/or 2 also includes Core Services and the ability to instruct Task Orders on other TfL owned assets currently being delivered under other contracts, following their expiry or termination. This includes the A13 road currently being maintained under Design, Build, Finance and Operate (DBFO) arrangements due to expire in 2030. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "TfL may extend the framework beyond the initial term of 8 years for up to 4 years at its discretion. Call-Off Contract durations are not envisaged to extend past the framework duration (initial or extended). Framework terms will continue to apply to Task Orders instructed before expiry of the framework, but which have not completed before the framework is due to expire, up to completion of such Task Orders."
                },
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "South Area",
                "description": "This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the South Area of London, which comprises the geographic area covered by London Boroughs of Bexley, Bromley, Croydon, Greenwich, Kingston upon Thames, Lewisham, Merton, Richmond upon Thames and Sutton and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 1 and Lot 2), which have assets which TfL is responsible for as a 'Highway Authority' pursuant to relevant highways legislation. The successful contractor for Lot 3 will be required to deliver Core Services and any Task Orders instructed where a call-off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract notice) and where such Core Works and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 3 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 1 and/or Lot 2. The successful contractor for Lot 3 may also be requested (but will not be obliged) to deliver Core Services and any Task Orders instructed in the areas covered by Lot 1 and/or Lot 2 under a call-off contract placed by a London Borough situated in Lot 1 and/or Lot 2. The framework scope includes the following: * highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); * construction of capital renewal and enhancement schemes; * works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; * design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; * the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and * any ancillary or incidental works, services or supplies related to the scope described above. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "TfL may extend the framework beyond the initial term of 8 years for up to 4 years at its discretion. Call-Off Contract durations are not envisaged to extend past the framework duration (initial or extended). Framework terms will continue to apply to Task Orders instructed before expiry of the framework, but which have not completed before the framework is due to expire, up to completion of such Task Orders."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44113000",
                        "description": "Road-construction materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111250",
                        "description": "Ground investigation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213311",
                        "description": "Bus station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213314",
                        "description": "Bus garage construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221119",
                        "description": "Bridge renewal construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232452",
                        "description": "Drainage works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45432112",
                        "description": "Laying of paving"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44113000",
                        "description": "Road-construction materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111250",
                        "description": "Ground investigation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213311",
                        "description": "Bus station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213314",
                        "description": "Bus garage construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221119",
                        "description": "Bridge renewal construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232452",
                        "description": "Drainage works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45432112",
                        "description": "Laying of paving"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44113000",
                        "description": "Road-construction materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111250",
                        "description": "Ground investigation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213311",
                        "description": "Bus station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213314",
                        "description": "Bus garage construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221119",
                        "description": "Bridge renewal construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232452",
                        "description": "Drainage works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45432112",
                        "description": "Laying of paving"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "reviewDetails": "TfL observed a standstill period for a minimum of 10 calendar days from when the contract award decision was notified to bidders. That notification provided full information on the award decision. The standstill period provided time for unsuccessful bidders to challenge the award decision before the framework agreements were entered into."
    },
    "awards": [
        {
            "id": "007811-2021-tfl_scp_001746a_1_fwk-1",
            "relatedLots": [
                "1"
            ],
            "title": "London Highway Maintenance and Projects Framework - Central Area",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-12351",
                    "name": "Ringway Infrastructure Services Limited"
                }
            ]
        },
        {
            "id": "007811-2021-tfl_scp_001746a_2_fwk-2",
            "relatedLots": [
                "2"
            ],
            "title": "London Highway Maintenance and Projects Framework - North Area",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-12352",
                    "name": "Tarmac Trading Limited"
                },
                {
                    "id": "GB-FTS-12354",
                    "name": "Kier Highways Limited"
                }
            ]
        },
        {
            "id": "007811-2021-tfl_scp_001746a_3_fwk-3",
            "relatedLots": [
                "3"
            ],
            "title": "London Highway Maintenance and Projects Framework - South Area",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-12353",
                    "name": "FM Conway Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-4028",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London"
            },
            "address": {
                "streetAddress": "Palestra, 197 Blackfriars Road",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE1 8NJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Scott Spencer",
                "telephone": "+44 2071261912",
                "email": "ScottSpencer@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk",
                "buyerProfile": "https://tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-12351",
            "name": "Ringway Infrastructure Services Limited",
            "identifier": {
                "legalName": "Ringway Infrastructure Services Limited",
                "id": "02756434"
            },
            "address": {
                "streetAddress": "Albion House, Springfield Road",
                "locality": "Horsham, West Sussex",
                "region": "UKI",
                "postalCode": "RH12 2RW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12352",
            "name": "Tarmac Trading Limited",
            "identifier": {
                "legalName": "Tarmac Trading Limited",
                "id": "453791"
            },
            "address": {
                "streetAddress": "Portland House, Bickenhill Lane",
                "locality": "Solihull, Birmingham",
                "region": "UKI",
                "postalCode": "B37 7BQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12353",
            "name": "FM Conway Limited",
            "identifier": {
                "legalName": "FM Conway Limited",
                "id": "706445"
            },
            "address": {
                "streetAddress": "Conway House, Vestry Road",
                "locality": "Sevenoaks, Kent",
                "region": "UKI",
                "postalCode": "TN14 5EL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12354",
            "name": "Kier Highways Limited",
            "identifier": {
                "legalName": "Kier Highways Limited",
                "id": "5606089"
            },
            "address": {
                "streetAddress": "Tempsford Hall, Station Road",
                "locality": "Sandy, Bedfordshire",
                "region": "UKI",
                "postalCode": "SG19 2BD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4028",
        "name": "Transport for London"
    },
    "contracts": [
        {
            "id": "007811-2021-tfl_scp_001746a_1_fwk-1",
            "awardID": "007811-2021-tfl_scp_001746a_1_fwk-1",
            "title": "London Highway Maintenance and Projects Framework - Central Area",
            "status": "active",
            "value": {
                "amount": 551000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-18T00:00:00Z"
        },
        {
            "id": "007811-2021-tfl_scp_001746a_2_fwk-2",
            "awardID": "007811-2021-tfl_scp_001746a_2_fwk-2",
            "title": "London Highway Maintenance and Projects Framework - North Area",
            "status": "active",
            "value": {
                "amount": 501000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-08T00:00:00Z"
        },
        {
            "id": "007811-2021-tfl_scp_001746a_3_fwk-3",
            "awardID": "007811-2021-tfl_scp_001746a_3_fwk-3",
            "title": "London Highway Maintenance and Projects Framework - South Area",
            "status": "active",
            "value": {
                "amount": 371000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-08T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "3",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 2
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:292911-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}