Award

London Rail Infrastructure Improvement Framework

TRANSPORT FOR LONDON — RAIL FOR LONDON LTD

This public procurement record has 1 release in its history.

Award

25 Mar 2022 at 07:17

Summary of the contracting process

The London Rail Infrastructure Improvement Framework, initiated by Transport for London (TfL), is a completed public procurement process aimed at enhancing the railway infrastructure within Greater London. This procurement falls under the utilities contracts regulations, employing a selective method through a negotiated procedure with a prior call for competition. The framework includes two lots: Lot 1.1, focused on minor improvements for projects valued up to £4 million, and Lot 1.2, which covers major improvements for projects exceeding £4 million. The purchasing process concluded with contract awards on 22 March 2022, and awarded contractors include MTR Corporation (UK) Limited and Balfour Beatty Rail Limited, among others.

This framework presents significant opportunities for construction and engineering firms, particularly those with expertise in railway infrastructure projects, including civil engineering, electrical installations, and telecommunications. Companies skilled in multidisciplinary design, project execution, and maintenance are particularly suited for this tender. The structure of the framework allows for collaboration across various TfL Group companies, fostering potential partnerships and expansion in the rail service sector, which is crucial for urban mobility and infrastructural resilience in London.

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

Notice Description

This is a Contract Award Notification for the award of the London Rail Infrastructure Improvement Framework. The Framework is designed to deliver major and minor infrastructure improvement works on Transport for London (TfL) and Network Rail Managed Infrastructure (NRMI). The Framework is made up of two lots, Lot 1.1 for Minor Infrastructure Improvement works and Lot 1.2 for Major Infrastructure Improvement works This framework will be Rail for London Ltd (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 Ltd this framework can be utilised all TfL Group Companies including London Underground Limited and Crossrail for railway infrastructure improvement works.

Lot Information

Minor Infrastructure Improvement

Lot 1.1: Minor infrastructure improvement for works valued between GBP 0 - GBP 4,000,000.00 The successful 3 economic operators awarded a framework agreement for this lot have the capability to design, procure, install/modify, execute, test and commission and handover into maintenance the following packages of works/services identified below: Design: The successful economic operators have the capability to provide multidisciplinary designs throughout the life cycle of a project. This will include (but is not limited to) fulfilling early design development including feasibility, option selection and single option development and detailed design. Works: Civil and premises -- including modification of existing railway stations, route wide civils structures, Station platforms, Railway depots, ancillary buildings. Works: Telecommunications -- line-side and railway control systems, radio systems, antenna's, information and security systems, CCTV, access control, PA systems, customer information systems, public help point systems, passenger emergency points, telephone systems, data networks and Scada systems. Works: Fire detection and prevention systems -- Fire detection, warning systems and integration into new and/ or existing systems, fire suppression systems, smoke ventilation systems, fire separation, compartmentalisation and structural fire protection, fire safety management controls. Works: Low voltage mechanical, electrical and power installations/renewal for railway stations, station platforms, railway depots and ancillary buildings. Works: High voltage mechanical, electrical and traction power (Track) including points and conductor rail heating systems, high voltage transformers, rectifiers and HV cabling, UPS, line side lighting, earthing and bonding, EMC verification, signalling power supply. Works: Overhead line equipment (OHLE) and direct current (DC) -- including design, installation and commissioning of OHLE and DC systems. Works: Signalling -- including installation of TPWS systems, signalling commission systems, line side indicators, signalling control systems. Works: Track -- the installation of track on all TfL infrastructure (i.e. heavy rail, light rail and trams). Works: Station lifts and escalators -- including design, Installation, modification and commissioning and asset hand back.

Options: The duration of the framework agreement shall be 7 years. The initial term of the framework will be 5 years which can be extended at the discretion of TfL by a further 2 years in 12 month intervals.

Major Infrastructure Improvement

Lot 1.2: Major infrastructure improvement for works valued above GBP 4,000,000.00 The successful 3 economic operators awarded a framework agreement for this lot have the capability to design, procure, install/modify, execute, test and commission and handover into maintenance the following packages of works/services identified below: Design: The successful economic operators have the capability to provide multidisciplinary designs throughout the life cycle of a project. This will include (but is not limited to) fulfilling early design development including feasibility, option selection and single option development and detailed design. Works: Civil and premises -- including modification of existing railway stations, route wide civils structures, Station platforms, Railway depots, ancillary buildings. Works: Telecommunications -- line-side and railway control systems, radio systems, antenna's, information and security systems, CCTV, access control, PA systems, customer information systems, public help point systems, passenger emergency points, telephone systems, data networks and Scada systems. Works: Fire detection and prevention systems -- Fire detection, warning systems and integration into new and/ or existing systems, fire suppression systems, smoke ventilation systems, fire separation, compartmentalisation and structural fire protection, fire safety management controls. Works: Low voltage mechanical, electrical and power installations/renewal for railway stations, station platforms, railway depots and ancillary buildings. Works: High voltage mechanical, electrical and traction power (Track) including points and conductor rail heating systems, high voltage transformers, rectifiers and HV cabling, UPS, line side lighting, earthing and bonding, EMC verification, signalling power supply. Works: Overhead line equipment (OHLE) and direct current (DC) -- including design, installation and commissioning of OHLE and DC systems. Works: Signalling -- including installation of TPWS systems, signalling commission systems, line side indicators, signalling control systems. Works: Track -- the installation of track on all TfL infrastructure (i.e. heavy rail, light rail and trams). Works: Station lifts and escalators -- including design, Installation, modification and commissioning and asset hand back.

Options: The duration of the framework agreement shall be 7 years. The initial term of the framework will be 5 years which can be extended at the discretion of TfL by a further 2 years in 12 month intervals.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032628
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008078-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

34 - Transport equipment and auxiliary products to transportation

42 - Industrial machinery

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

32500000 - Telecommunications equipment and supplies

34632300 - Electrical installations for railways

34946000 - Railway-track construction materials and supplies

42500000 - Cooling and ventilation equipment

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

45233251 - Resurfacing works

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

90491000 - Sewer survey services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Mar 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
22 Mar 20223 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 — RAIL FOR LONDON LTD
Contact Name
Mr Steven Davies
Contact Email
londonovergroundprocurement@tfl.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
ENDEAVOUR SQUARE
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

Supplier Information

Number of Suppliers
6
Supplier Names

BALFOUR BEATTY RAIL

DYER AND BUTLER

MORGAN SINDALL CONSTRUCTION & INFRASTRUCTURE

MTR CORPORATION (UK

OSBORNE INFRASTRUCTURE

VOLKER FITZPATRICK

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-032628-2022-03-25T07:17:39Z",
    "date": "2022-03-25T07:17:39Z",
    "ocid": "ocds-h6vhtk-032628",
    "description": "The procurement was conducted on behalf of Transport for London (TfL) under the Utilities Contracts Regulations 2016 under the negotiated procedure with prior call for competition. TfL operates as a functional body of the Greater London Authority under the direction of the Mayor of London.",
    "initiationType": "tender",
    "tender": {
        "id": "DN465077",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "London Rail Infrastructure Improvement Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45234100",
            "description": "Railway construction works"
        },
        "mainProcurementCategory": "works",
        "description": "This is a Contract Award Notification for the award of the London Rail Infrastructure Improvement Framework. The Framework is designed to deliver major and minor infrastructure improvement works on Transport for London (TfL) and Network Rail Managed Infrastructure (NRMI). The Framework is made up of two lots, Lot 1.1 for Minor Infrastructure Improvement works and Lot 1.2 for Major Infrastructure Improvement works This framework will be Rail for London Ltd (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 Ltd this framework can be utilised all TfL Group Companies including London Underground Limited and Crossrail for railway infrastructure improvement works.",
        "lots": [
            {
                "id": "1.1",
                "title": "Minor Infrastructure Improvement",
                "description": "Lot 1.1: Minor infrastructure improvement for works valued between GBP 0 - GBP 4,000,000.00 The successful 3 economic operators awarded a framework agreement for this lot have the capability to design, procure, install/modify, execute, test and commission and handover into maintenance the following packages of works/services identified below: Design: The successful economic operators have the capability to provide multidisciplinary designs throughout the life cycle of a project. This will include (but is not limited to) fulfilling early design development including feasibility, option selection and single option development and detailed design. Works: Civil and premises -- including modification of existing railway stations, route wide civils structures, Station platforms, Railway depots, ancillary buildings. Works: Telecommunications -- line-side and railway control systems, radio systems, antenna's, information and security systems, CCTV, access control, PA systems, customer information systems, public help point systems, passenger emergency points, telephone systems, data networks and Scada systems. Works: Fire detection and prevention systems -- Fire detection, warning systems and integration into new and/ or existing systems, fire suppression systems, smoke ventilation systems, fire separation, compartmentalisation and structural fire protection, fire safety management controls. Works: Low voltage mechanical, electrical and power installations/renewal for railway stations, station platforms, railway depots and ancillary buildings. Works: High voltage mechanical, electrical and traction power (Track) including points and conductor rail heating systems, high voltage transformers, rectifiers and HV cabling, UPS, line side lighting, earthing and bonding, EMC verification, signalling power supply. Works: Overhead line equipment (OHLE) and direct current (DC) -- including design, installation and commissioning of OHLE and DC systems. Works: Signalling -- including installation of TPWS systems, signalling commission systems, line side indicators, signalling control systems. Works: Track -- the installation of track on all TfL infrastructure (i.e. heavy rail, light rail and trams). Works: Station lifts and escalators -- including design, Installation, modification and commissioning and asset hand back.",
                "hasOptions": true,
                "options": {
                    "description": "The duration of the framework agreement shall be 7 years. The initial term of the framework will be 5 years which can be extended at the discretion of TfL by a further 2 years in 12 month intervals."
                },
                "status": "cancelled"
            },
            {
                "id": "1.2",
                "title": "Major Infrastructure Improvement",
                "description": "Lot 1.2: Major infrastructure improvement for works valued above GBP 4,000,000.00 The successful 3 economic operators awarded a framework agreement for this lot have the capability to design, procure, install/modify, execute, test and commission and handover into maintenance the following packages of works/services identified below: Design: The successful economic operators have the capability to provide multidisciplinary designs throughout the life cycle of a project. This will include (but is not limited to) fulfilling early design development including feasibility, option selection and single option development and detailed design. Works: Civil and premises -- including modification of existing railway stations, route wide civils structures, Station platforms, Railway depots, ancillary buildings. Works: Telecommunications -- line-side and railway control systems, radio systems, antenna's, information and security systems, CCTV, access control, PA systems, customer information systems, public help point systems, passenger emergency points, telephone systems, data networks and Scada systems. Works: Fire detection and prevention systems -- Fire detection, warning systems and integration into new and/ or existing systems, fire suppression systems, smoke ventilation systems, fire separation, compartmentalisation and structural fire protection, fire safety management controls. Works: Low voltage mechanical, electrical and power installations/renewal for railway stations, station platforms, railway depots and ancillary buildings. Works: High voltage mechanical, electrical and traction power (Track) including points and conductor rail heating systems, high voltage transformers, rectifiers and HV cabling, UPS, line side lighting, earthing and bonding, EMC verification, signalling power supply. Works: Overhead line equipment (OHLE) and direct current (DC) -- including design, installation and commissioning of OHLE and DC systems. Works: Signalling -- including installation of TPWS systems, signalling commission systems, line side indicators, signalling control systems. Works: Track -- the installation of track on all TfL infrastructure (i.e. heavy rail, light rail and trams). Works: Station lifts and escalators -- including design, Installation, modification and commissioning and asset hand back.",
                "hasOptions": true,
                "options": {
                    "description": "The duration of the framework agreement shall be 7 years. The initial term of the framework will be 5 years which can be extended at the discretion of TfL by a further 2 years in 12 month intervals."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1.1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32500000",
                        "description": "Telecommunications equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34632300",
                        "description": "Electrical installations for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34946000",
                        "description": "Railway-track construction materials and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42500000",
                        "description": "Cooling and ventilation equipment"
                    },
                    {
                        "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": "45233251",
                        "description": "Resurfacing 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"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90491000",
                        "description": "Sewer survey services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1.1"
            },
            {
                "id": "1.2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32500000",
                        "description": "Telecommunications equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34632300",
                        "description": "Electrical installations for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34946000",
                        "description": "Railway-track construction materials and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42500000",
                        "description": "Cooling and ventilation equipment"
                    },
                    {
                        "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": "45233251",
                        "description": "Resurfacing 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"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90491000",
                        "description": "Sewer survey services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1.2"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "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 Contractors. That notification provided full information on the award decision. The standstill period provided time for unsuccessful Contractors to challenge the award decision before the framework agreements were entered into."
    },
    "awards": [
        {
            "id": "008078-2022-Minor Infrastructure Improvement-1",
            "relatedLots": [
                "1.1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-47783",
                    "name": "MTR Corporation (UK) Limited"
                },
                {
                    "id": "GB-FTS-47785",
                    "name": "Osborne Infrastructure Limited"
                },
                {
                    "id": "GB-FTS-47786",
                    "name": "Dyer and Butler Ltd"
                }
            ]
        },
        {
            "id": "008078-2022-Major Infrastructure Improvement-2",
            "relatedLots": [
                "1.2"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-47784",
                    "name": "Balfour Beatty Rail Limited"
                },
                {
                    "id": "GB-FTS-47787",
                    "name": "Morgan Sindall Construction & Infrastructure Limited"
                },
                {
                    "id": "GB-FTS-47788",
                    "name": "Volker Fitzpatrick Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-47782",
            "name": "Transport for London -- Rail for London Ltd",
            "identifier": {
                "legalName": "Transport for London -- Rail for London Ltd",
                "id": "05965930"
            },
            "address": {
                "streetAddress": "5",
                "locality": "Endeavour Square",
                "region": "UKI",
                "postalCode": "E20 1JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Steven Davies",
                "email": "LondonOvergroundProcurement@TfL.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk",
                "buyerProfile": "https://tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-47783",
            "name": "MTR Corporation (UK) Limited",
            "identifier": {
                "legalName": "MTR Corporation (UK) Limited",
                "id": "05205402"
            },
            "address": {
                "streetAddress": "Providence House, Providence Place, Islington",
                "locality": "London",
                "region": "UKI",
                "postalCode": "N1 0NT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-47784",
            "name": "Balfour Beatty Rail Limited",
            "identifier": {
                "legalName": "Balfour Beatty Rail Limited",
                "id": "019826627"
            },
            "address": {
                "streetAddress": "5 Churchill Place, Canary Wharf",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E14 5HU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-47785",
            "name": "Osborne Infrastructure Limited",
            "identifier": {
                "legalName": "Osborne Infrastructure Limited",
                "id": "10735268"
            },
            "address": {
                "streetAddress": "Fonteyn House 47-49 London Road",
                "locality": "Reigate",
                "region": "UKI",
                "postalCode": "RH2 9PY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-47786",
            "name": "Dyer and Butler Ltd",
            "identifier": {
                "legalName": "Dyer and Butler Ltd",
                "id": "01450372"
            },
            "address": {
                "streetAddress": "Abel Smith House Gunnells Wood Road Stevenage",
                "locality": "Hertfordshire",
                "region": "UKI",
                "postalCode": "SG1 2ST",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-47787",
            "name": "Morgan Sindall Construction & Infrastructure Limited",
            "identifier": {
                "legalName": "Morgan Sindall Construction & Infrastructure Limited",
                "id": "04273754"
            },
            "address": {
                "streetAddress": "Kent House, 14-17 Market Place",
                "locality": "London",
                "region": "UKI",
                "postalCode": "W1W 8AJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-47788",
            "name": "Volker Fitzpatrick Limited",
            "identifier": {
                "legalName": "Volker Fitzpatrick Limited",
                "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-47789",
            "name": "HM Courts and Tribunals Service",
            "identifier": {
                "legalName": "HM Courts and Tribunals Service"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Enquiries.centrallondon.countycourt@justice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-47782",
        "name": "Transport for London -- Rail for London Ltd"
    },
    "contracts": [
        {
            "id": "008078-2022-Minor Infrastructure Improvement-1",
            "awardID": "008078-2022-Minor Infrastructure Improvement-1",
            "status": "active",
            "dateSigned": "2022-03-22T00:00:00Z"
        },
        {
            "id": "008078-2022-Major Infrastructure Improvement-2",
            "awardID": "008078-2022-Major Infrastructure Improvement-2",
            "status": "active",
            "dateSigned": "2022-03-22T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1.1",
                "value": 4
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1.2",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1.1",
                "value": 0
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1.2",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1.1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1.2",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1.1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1.2",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1.1",
                "value": 4
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1.2",
                "value": 4
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:236241-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}