Notice Information
Notice Title
North Acton to Hanger Lane Cutting Remedial Work
Notice Description
Transport for London (TfL) has identified that cuttings CTS 7 and CTS 8 between North Acton and Hanger Lane require remedial works to stabilise the cutting. The combined length of the cuttings is approximately 1100m. The assets are susceptible to pore pressure levels (the pressure of groundwater in the soil or rock) and displacements and are considered a high risk. Due to the increased number of prolonged rainfall events over the recent years, soil pore pressure build up has become more common and the asset is at greater risk of failure. In 2017, TfL Engineering produced a detailed design for remediating the asset which consisted of; Discrete Bored Piles Discrete H-Piles King Post Wall Asset drainage Re-grading After the detailed design was completed, the business decision was to pause the project due to funding constraints faced by the business. Due to the criticality of this asset and the continued deterioration of the cutting, the project has been reinitiated.
Lot Information
Lot 1
Options: A two stage contract is being used on this project. Stage 1 consists of completing the detailed design and agreeing access arrangements for undertaking the works. Stage 2 consists of delivering the accepted detailed design. After completing stage 1, TfL will review the projects feasibility and will decide if the supplier is to continue with delivering the stage 2 works. If TfL decides to proceed, then a notice to proceed will be issued to the supplier.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050fa6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021548-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45200000 - Works for complete or part construction and civil engineering work
Notice Value(s)
- Tender Value
- £20,000,000 £10M-£100M
- Lots Value
- £20,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 May 20259 months ago
- Submission Deadline
- 29 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 2 Feb 2026 - 30 Mar 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Not specified
- Contact Email
- paulhobley@tfl.gov.uk
- Contact Phone
- Not specified
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
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/021548-2025
15th May 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/020038-2025
9th May 2025 - Tender notice on Find a Tender
Notice URLs
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-050fa6-2025-05-15T09:37:02+01:00",
"date": "2025-05-15T09:37:02+01:00",
"ocid": "ocds-h6vhtk-050fa6",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PHMT-6197-NWNZ",
"name": "Transport for London",
"identifier": {
"scheme": "GB-PPON",
"id": "PHMT-6197-NWNZ"
},
"address": {
"streetAddress": "5 Endeavour Square",
"locality": "London",
"postalCode": "E20 1JN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI41"
},
"contactPoint": {
"email": "paulhobley@tfl.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHMT-6197-NWNZ",
"name": "Transport for London"
},
"planning": {
"noEngagementNoticeRationale": "Preliminary market engagement was undertaken in November 2024 prior to the Procurement Act going live in February 2025."
},
"tender": {
"id": "UIP3466.020",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "North Acton to Hanger Lane Cutting Remedial Work",
"description": "Transport for London (TfL) has identified that cuttings CTS 7 and CTS 8 between North Acton and Hanger Lane require remedial works to stabilise the cutting. The combined length of the cuttings is approximately 1100m. The assets are susceptible to pore pressure levels (the pressure of groundwater in the soil or rock) and displacements and are considered a high risk. Due to the increased number of prolonged rainfall events over the recent years, soil pore pressure build up has become more common and the asset is at greater risk of failure. In 2017, TfL Engineering produced a detailed design for remediating the asset which consisted of; Discrete Bored Piles Discrete H-Piles King Post Wall Asset drainage Re-grading After the detailed design was completed, the business decision was to pause the project due to funding constraints faced by the business. Due to the criticality of this asset and the continued deterioration of the cutting, the project has been reinitiated.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 24000000,
"amount": 20000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The procurement process will follow the following stages Stage 1 - Expression of Interest (EoI) The RISQS portal has been used to to identify suppliers for the project using search codes C.C.3.2.12: Piling / Design,C.C.3.2.12: Piling / Install,C.C.3.2.12: Piling / Supply Other Criteria: Status General Status OK, Audit Module Sentinel and Principal Contractor Licenses, Infrastructures London Underground Ltd, Regions Greater London EoI were sent out to suppliers on the 15th November 2024. The Project team provided a presentation on the project to interested suppliers on 28/11/2024 and suppliers were to confirm their expression of interest in the project before 19/12/2024. Stage 2 - Project Specific Questionnaire A Project Specific Questionnaire (PSQ) stage will be used to shortlist up to 6 suppliers. Suppliers are required to complete the PSQ and provide all supporting documentation. TfL will evaluate the submissions against the stated criteria and suppliers will be ranked based on their total score. Stage 3 - Invitation to Tender An Invitation to Tender (ITT) stage will be used to obtain a greater understand the suppliers capability and capacity to deliver the works. Suppliers are required to submit a Technical and Commercial proposal which will be assessed against the criteria set out in the tender documentation. Stage 4 - Supplier Presentations Short listed suppliers will be asked to provide a presentation on their proposal. TfL reserves the right to adjust the technical scoring based on the information provided in the presentations. Stage 5 - Best and Final offer TfL reserves the right to hold a best and final offer (BaFo) stage after supplier presentations. Stage 6 - Preferred Supplier status On completion of the above stages, the supplier with the Most Advantageous Tender (MAT) and highest evaluation score will be placed into the preferred supplier status. Stage 7 - Contract Negotiation Contract negotiations will only be held with the preferred supplier. Stage 8 - Contract Execution The contract documentation will be collated and signed as a deed by both parties."
},
"mainProcurementCategory": "works",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"submissionMethodDetails": "https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=XMjOHGCo1DjMafTg&realm=TfL&awrdt=1 Only suppliers that are short listed from the PSQ stage may submit a tender proposal for the works.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-29T23:45:00+01:00"
},
"awardPeriod": {
"endDate": "2025-12-12T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 24000000,
"amount": 20000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "As detailed in the ITT documentation",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "As detailed in the ITT documentation",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The successful supplier is required to have a turnover of at least PS15 million pound as detailed in the PSQ."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-02-02T00:00:00Z",
"endDate": "2029-03-30T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "A two stage contract is being used on this project. Stage 1 consists of completing the detailed design and agreeing access arrangements for undertaking the works. Stage 2 consists of delivering the accepted detailed design. After completing stage 1, TfL will review the projects feasibility and will decide if the supplier is to continue with delivering the stage 2 works. If TfL decides to proceed, then a notice to proceed will be issued to the supplier."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "020038-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/020038-2025",
"datePublished": "2025-05-09T12:31:41+01:00",
"format": "text/html"
},
{
"id": "021548-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/021548-2025",
"datePublished": "2025-05-15T09:37:02+01:00",
"format": "text/html"
}
],
"amendments": [
{
"id": "021548-2025",
"description": "Updated contact details"
}
]
},
"relatedProcesses": [
{
"id": "framework",
"relationship": [
"framework"
],
"scheme": "ocid",
"identifier": "ocds-h6vhtk-04e7db",
"uri": "https://www.find-tender.service.gov.uk/api/1.0/ocdsReleasePackages/ocds-h6vhtk-04e7db"
}
],
"language": "en"
}