Notice Information
Notice Title
Surface Transport Infrastructure Construction Framework
Notice Description
TfL has established a pan-London single lot 5-supplier framework to deliver medium to high complexity/value enhancement and renewal capital projects and programmes and associated works and services as outlined in this Contract Notice and more particularly described in the procurement documents, for use by TfL and other contracting authorities identified in this Notice. All framework contractors will be invited to mini-compete for high complexity/value projects. The tenderers that submitted the 3 most economically advantageous tenders will also be directly allocated medium complexity/value projects by TfL at the Framework commencement. These will be equally distributed between the 3 contractors, and annually thereafter. Performance against KPIs will affect future annual allocation of work.
Lot Information
Lot 1
This framework relates to delivery of enhancements and renewals capital projects and programmes and associated works/services. Works/services will be instructed via call-off contracts to construct new or to enhance, renew, strengthen or undertake other interventions to highway and surface structures infrastructure assets under the control of TfL or other 'Highway Authorities' in London pursuant to relevant highways legislation. Projects will range in complexity and may include but are not limited to: * Highway infrastructure * Highway bridges * Road tunnels * Structures associated with highways * River assets TfL will identify high complexity/value works (Level 2 Works) or medium complexity/value works (Level 1 Works) using a risk and complexity assessment. Preliminary input activities (Level 0 Works) will be standalone professional services works. Level 0 Works /Services - Preliminary Input Activities These activities are typically professional services commissions for early contractor input to help inform/deliver the design and planning of construction works. Preliminary Input activities may include: * Reviews and optimisation of design to assure constructability * Schedule advice and optimisation * Cost advice, optimisation and estimating * Risk identification, assessment and risk minimisation strategy advice * Stakeholder management advice * Health, safety and environmental input * Optimising design and construction quality advice * Optimising reporting and communications advice * Delivery and advice of appropriate surveys and investigations all from the perspective of an experienced civil engineering contractor. Level 0 Works/Services will be standalone call-off contracts and will be awarded by TfL on either a rotation basis, directly awarded or via mini-competition across all framework contractors. Other contracting authorities (as referred to in Section VI.3) may award Level 0 Works/Services via mini-competition across all framework contractors. Level 1 Works - Medium Complexity and Value Works Level 1 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of medium complexity and risk and generally have an estimated value of less than PS25m. TfL intends to direct allocate Level 1 Works throughout the duration of the framework to the framework contractors that submitted the 3 most economically advantageous tenders ("Core Contractors"). To achieve this, TfL will divide it's requirements for Level 1 Works into three roughly equal packages at framework start and on an annual basis thereafter and distribute to the Core Contractors accordingly, together with a mechanism to allocate new Level 1 Works or reallocate based on performance (evaluated against a suite of key performance indicators) together with the right for TfL to award Level 1 Works via mini-competition across all framework contractors. In the event of the insolvency of a Core Contractor, the framework contractor that submitted the 4th most economically advantageous tender will be next in line to be appointed as a Core Contractor. Other contracting authorities (as referred to in Section VI.3) may award Level 1 Works via mini-competition across all framework contractors. Level 2 Works - High Complexity and Value Works Level 2 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of high complexity and risk and generally have an estimated value which is equal to or greater than PS25m. Level 2 Works will be awarded by TfL or other contracting authorities (as referred to in Section VI.3) via mini-competition. Additional information: The values in Section II.1.5 represent the maximum estimated value of works and/or services anticipated to be awarded under the framework. The estimated total value range may be 600,000,000 to 800,000,000 GBP.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02d3cf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019552-2021
- 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
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45220000 - Engineering works and construction works
45221111 - Road bridge construction work
45221241 - Road tunnel construction work
45223000 - Structures construction work
45233100 - Construction work for highways, roads
45233120 - Road construction works
45233125 - Road junction construction work
71310000 - Consultative engineering and construction services
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
- £300,000,000 £100M-£1B
Notice Dates
- Publication Date
- 12 Aug 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 5 Apr 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Mr Edward Riddell
- Contact Email
- edwardriddell@tfl.gov.uk
- Contact Phone
- +44 2030545140
Buyer Location
- Locality
- LONDON
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI41 Hackney and Newham
- Delivery Location
- TLI London
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02d3cf-2021-08-12T10:34:29+01:00",
"date": "2021-08-12T10:34:29+01:00",
"ocid": "ocds-h6vhtk-02d3cf",
"initiationType": "tender",
"tender": {
"id": "DN453866 (tfl_scp_001746d)",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Surface Transport Infrastructure Construction Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
"mainProcurementCategory": "works",
"description": "TfL has established a pan-London single lot 5-supplier framework to deliver medium to high complexity/value enhancement and renewal capital projects and programmes and associated works and services as outlined in this Contract Notice and more particularly described in the procurement documents, for use by TfL and other contracting authorities identified in this Notice. All framework contractors will be invited to mini-compete for high complexity/value projects. The tenderers that submitted the 3 most economically advantageous tenders will also be directly allocated medium complexity/value projects by TfL at the Framework commencement. These will be equally distributed between the 3 contractors, and annually thereafter. Performance against KPIs will affect future annual allocation of work.",
"lots": [
{
"id": "1",
"description": "This framework relates to delivery of enhancements and renewals capital projects and programmes and associated works/services. Works/services will be instructed via call-off contracts to construct new or to enhance, renew, strengthen or undertake other interventions to highway and surface structures infrastructure assets under the control of TfL or other 'Highway Authorities' in London pursuant to relevant highways legislation. Projects will range in complexity and may include but are not limited to: * Highway infrastructure * Highway bridges * Road tunnels * Structures associated with highways * River assets TfL will identify high complexity/value works (Level 2 Works) or medium complexity/value works (Level 1 Works) using a risk and complexity assessment. Preliminary input activities (Level 0 Works) will be standalone professional services works. Level 0 Works /Services - Preliminary Input Activities These activities are typically professional services commissions for early contractor input to help inform/deliver the design and planning of construction works. Preliminary Input activities may include: * Reviews and optimisation of design to assure constructability * Schedule advice and optimisation * Cost advice, optimisation and estimating * Risk identification, assessment and risk minimisation strategy advice * Stakeholder management advice * Health, safety and environmental input * Optimising design and construction quality advice * Optimising reporting and communications advice * Delivery and advice of appropriate surveys and investigations all from the perspective of an experienced civil engineering contractor. Level 0 Works/Services will be standalone call-off contracts and will be awarded by TfL on either a rotation basis, directly awarded or via mini-competition across all framework contractors. Other contracting authorities (as referred to in Section VI.3) may award Level 0 Works/Services via mini-competition across all framework contractors. Level 1 Works - Medium Complexity and Value Works Level 1 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of medium complexity and risk and generally have an estimated value of less than PS25m. TfL intends to direct allocate Level 1 Works throughout the duration of the framework to the framework contractors that submitted the 3 most economically advantageous tenders (\"Core Contractors\"). To achieve this, TfL will divide it's requirements for Level 1 Works into three roughly equal packages at framework start and on an annual basis thereafter and distribute to the Core Contractors accordingly, together with a mechanism to allocate new Level 1 Works or reallocate based on performance (evaluated against a suite of key performance indicators) together with the right for TfL to award Level 1 Works via mini-competition across all framework contractors. In the event of the insolvency of a Core Contractor, the framework contractor that submitted the 4th most economically advantageous tender will be next in line to be appointed as a Core Contractor. Other contracting authorities (as referred to in Section VI.3) may award Level 1 Works via mini-competition across all framework contractors. Level 2 Works - High Complexity and Value Works Level 2 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of high complexity and risk and generally have an estimated value which is equal to or greater than PS25m. Level 2 Works will be awarded by TfL or other contracting authorities (as referred to in Section VI.3) via mini-competition. Additional information: The values in Section II.1.5 represent the maximum estimated value of works and/or services anticipated to be awarded under the framework. The estimated total value range may be 600,000,000 to 800,000,000 GBP.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45221111",
"description": "Road bridge construction work"
},
{
"scheme": "CPV",
"id": "45221241",
"description": "Road tunnel construction work"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233125",
"description": "Road junction construction work"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"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"
}
],
"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": "019552-2021-tfl_scp_001746d-1",
"relatedLots": [
"1"
],
"title": "Surface Transport Infrastructure Construction Framework",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-25347",
"name": "Costain Limited"
}
]
},
{
"id": "019552-2021-tfl_scp_001746d-2",
"relatedLots": [
"1"
],
"title": "Surface Transport Infrastructure Construction Framework",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-25348",
"name": "Eurovia Infrastructure Limited"
}
]
},
{
"id": "019552-2021-tfl_scp_001746d-3",
"relatedLots": [
"1"
],
"title": "Surface Transport Infrastructure Construction",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-25349",
"name": "FM Conway Limited"
}
]
},
{
"id": "019552-2021-tfl_scp_001746d-4",
"relatedLots": [
"1"
],
"title": "Surface Transport Infrastructure Construction",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-25350",
"name": "Tarmac Trading Limited"
},
{
"id": "GB-FTS-25352",
"name": "Kier Highways Limited"
}
]
},
{
"id": "019552-2021-tfl_scp_001746d-5",
"relatedLots": [
"1"
],
"title": "Surface Transport Infrastructure Construction",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-25351",
"name": "VolkerFitzpatrick"
}
]
}
],
"parties": [
{
"id": "GB-FTS-2264",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London"
},
"address": {
"streetAddress": "5 Endeavour Square",
"locality": "London",
"region": "UKI",
"postalCode": "E20 1JN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Edward Riddell",
"telephone": "+44 2030545140",
"email": "EdwardRiddell@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-25347",
"name": "Costain Limited",
"identifier": {
"legalName": "Costain Limited",
"id": "610201"
},
"address": {
"streetAddress": "Costain House, Vanwall Business Park,",
"locality": "Maidenhead, Berkshire",
"region": "UKI",
"postalCode": "SL6 4UB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-25348",
"name": "Eurovia Infrastructure Limited",
"identifier": {
"legalName": "Eurovia Infrastructure Limited",
"id": "7388667"
},
"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-25349",
"name": "FM Conway Limited",
"identifier": {
"legalName": "FM Conway Limited",
"id": "00706445"
},
"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-25350",
"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-25351",
"name": "VolkerFitzpatrick",
"identifier": {
"legalName": "VolkerFitzpatrick",
"id": "02387700"
},
"address": {
"streetAddress": "Hertford Road, Hoddesdon,",
"locality": "Hertfordshire",
"region": "UKI",
"postalCode": "EN11 9BX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-25352",
"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-2264",
"name": "Transport for London"
},
"contracts": [
{
"id": "019552-2021-tfl_scp_001746d-1",
"awardID": "019552-2021-tfl_scp_001746d-1",
"title": "Surface Transport Infrastructure Construction Framework",
"status": "active",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"dateSigned": "2021-04-06T00:00:00+01:00"
},
{
"id": "019552-2021-tfl_scp_001746d-2",
"awardID": "019552-2021-tfl_scp_001746d-2",
"title": "Surface Transport Infrastructure Construction Framework",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2021-04-06T00:00:00+01:00"
},
{
"id": "019552-2021-tfl_scp_001746d-3",
"awardID": "019552-2021-tfl_scp_001746d-3",
"title": "Surface Transport Infrastructure Construction",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2021-04-09T00:00:00+01:00"
},
{
"id": "019552-2021-tfl_scp_001746d-4",
"awardID": "019552-2021-tfl_scp_001746d-4",
"title": "Surface Transport Infrastructure Construction",
"status": "active",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"dateSigned": "2021-06-08T00:00:00+01:00"
},
{
"id": "019552-2021-tfl_scp_001746d-5",
"awardID": "019552-2021-tfl_scp_001746d-5",
"title": "Surface Transport Infrastructure Construction",
"status": "active",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"dateSigned": "2021-08-03T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "11",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "16",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "21",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "22",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "18",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "23",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "19",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "24",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "25",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:608101-2019:TEXT:EN:HTML"
}
],
"language": "en"
}