Works - 193219-2021

19/04/2021    S75

United Kingdom-London: Construction work for highways, roads

2021/S 075-193219

Contract award notice

Results of the procurement procedure

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Transport for London
Postal address: Palestra, 197 Blackfriars Road
Town: London
NUTS code: UKI London
Postal code: SE1 8NJ
Country: United Kingdom
Contact person: Mr Scott Spencer
E-mail: ScottSpencer@tfl.gov.uk
Telephone: +44 2071261912
Internet address(es):
Main address: https://tfl.gov.uk
Address of the buyer profile: https://tfl.gov.uk
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

London Highway Maintenance and Projects Framework

Reference number: tfl_scp_001746a
II.1.2)Main CPV code
45233100 Construction work for highways, roads
II.1.3)Type of contract
Works
II.1.4)Short 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.

II.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 1 423 000 000.00 GBP
II.2)Description
II.2.1)Title:

Central Area

Lot No: 1
II.2.2)Additional CPV code(s)
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
II.2.3)Place of performance
NUTS code: UKI London
II.2.4)Description of the procurement:

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 and Fulham, Islington, Kensington and 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.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.11)Information about options
Options: yes
Description of 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.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)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.

II.2)Description
II.2.1)Title:

North Area

Lot No: 2
II.2.2)Additional CPV code(s)
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
II.2.3)Place of performance
NUTS code: UKI London
II.2.4)Description of the procurement:

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 and 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.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.11)Information about options
Options: yes
Description of 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.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)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.

II.2)Description
II.2.1)Title:

South Area

Lot No: 3
II.2.2)Additional CPV code(s)
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
II.2.3)Place of performance
NUTS code: UKI London
II.2.4)Description of the procurement:

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.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.11)Information about options
Options: yes
Description of 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.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)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.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 120-292911
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: tfl_scp_001746a_1_fwk
Lot No: 1
Title:

London Highway Maintenance and Projects Framework — Central Area

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
18/03/2021
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Ringway Infrastructure Services Ltd
National registration number: 02756434
Postal address: Albion House, Springfield Road
Town: Horsham, West Sussex
NUTS code: UKI London
Postal code: RH12 2RW
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 551 000 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Contract No: tfl_scp_001746a_2_fwk
Lot No: 2
Title:

London Highway Maintenance and Projects Framework — North Area

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
08/03/2021
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Tarmac Trading Ltd
National registration number: 453791
Postal address: Portland House, Bickenhill Lane
Town: Solihull, Birmingham
NUTS code: UKI London
Postal code: B37 7BQ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Kier Highways Ltd
National registration number: 5606089
Postal address: Tempsford Hall, Station Road
Town: Sandy, Bedfordshire
NUTS code: UKI London
Postal code: SG19 2BD
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 501 000 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Contract No: tfl_scp_001746a_3_fwk
Lot No: 3
Title:

London Highway Maintenance and Projects Framework — South Area

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
08/03/2021
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: FM Conway Ltd
National registration number: 706445
Postal address: Conway House, Vestry Road
Town: Sevenoaks, Kent
NUTS code: UKI London
Postal code: TN14 5EL
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 371 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

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.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

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.

VI.5)Date of dispatch of this notice:
14/04/2021