Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 Endeavour Square
LONDON
E20 1JN
Contact
Will Dyer
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Annual SCRIM and SCANNER Surveys on the London Borough Principal Road Network
Reference number
DN527659
two.1.2) Main CPV code
- 71353000 - Surface surveying services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for the provision of two annual surveys to support investment decisions on London’s Borough Principal Road Network (BPRN):
a) A provider of annual Sideways-Force Coefficient Routine Investigation Machine (SCRIM) survey to identify areas of poor skid resistance on the BPRN; and
b) A provider of annual Surface Condition Assessment of the National Network of Roads (SCANNER) survey to assess the road profile and any deformation issues on the BPRN.
The anticipated duration of the contract is 36 months with an option to extend by up to 12 months. Procurement documentation can be accessed from the following electronic address: https://procontract.due-north.com/Register. TfL reserves the right to cancel or terminate this procurement at TfL's discretion and without liability to any applicant.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
SCRIM Surveys
Lot No
1
two.2.2) Additional CPV code(s)
- 71631480 - Road-inspection services
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
The service requirement for this Lot 1 includes but is not limited to an annual SCRIM Survey on the London Borough Principal Road Network (BPRN) and the provision of the survey data and other deliverables in the required format, described in the Specification. The service requirement also includes the collection of the condition data by the Service Provider as an optional service on the Borough non-principal road networks (i.e. B, C and U Roads). The Service Provider is required to provide all the equipment necessary to carry out the surveys.
The Service Provider shall carry out all necessary validation and processing of the survey data in order to provide the results in a Highway Maintenance Data Interface Format (HMDIF) file suitable for loading into the Authority’s United Kingdom Pavement Management System (UKPMS) and accurately fitting against the Authority’s Network in Geographical Information System (GIS) format.
The Service Provider may also be required to provide forward facing video data taken at the time of the survey on each lane surveyed, referenced by section, chainage and date for ease of identification.
The SCRIM Survey shall be carried out in accordance with the Highways England Design Manual for Roads and Bridges (DMRB) CS 228 Skidding Resistance (formerly HD 28/15), the Transport for London Skid Resistance Policy
This will be a single procurement for two framework agreements to be awarded to two suppliers, with the opportunity for each to be appointed to a respective lot, for SCRIM surveys in Lot 1 and SCANNER surveys in Lot 2. . If any supplier can demonstrate the capacity and capability to deliver both surveys and whose offer will represent the most economically advantageous offer overall, then a single framework agreement for both lots may be awarded to a single supplier.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 12 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
SCANNER Surveys
Lot No
2
two.2.2) Additional CPV code(s)
- 71631480 - Road-inspection services
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
The service requirement for this Lot 2 includes but is not limited to an annual SCANNER Survey on the London Borough Principal Road Network (BPRN) and the provision of the survey data and other deliverables in the required format, described in the Specification. The service requirement also includes the collection of the condition data by the Service Provider as an optional service on the Borough non-principal road networks (i.e. B, C and U Roads). The Service Provider is required to provide all the equipment necessary to carry out the surveys.
The Service Provider shall carry out all necessary validation and processing of the survey data in order to provide the results in a Highway Maintenance Data Interface Format (HMDIF) file suitable for loading into the Authority’s United Kingdom Pavement Management System (UKPMS) and accurately fitting against the Authority’s Network in Geographical Information System (GIS) format.
The Service Provider may also be required to provide forward facing video data taken at the time of the survey on each lane surveyed, referenced by section, chainage and date for ease of identification.
The SCANNER Survey shall be carried out in accordance with the latest version of the SCANNER User Guide and Specification (Volumes 1 to 5) published by the UK Roads Board. The network to be surveyed comprises of Mainline (Dual and Single carriageway) sections and Slip Road sections.
This will be a single procurement for two framework agreements to be awarded to two suppliers, with the opportunity for each to be appointed to a respective lot, for SCRIM surveys in Lot 1 and SCANNER surveys in Lot 2. . If any supplier can demonstrate the capacity and capability to deliver both surveys and whose offer will represent the most economically advantageous offer overall, then a single framework agreement for both lots may be awarded to a single supplier.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend by up to 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by up to 12 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom