Tender

Annual SCRIM and SCANNER Surveys on the London Borough Principal Road Network

  • Transport for London

F02: Contract notice

Notice identifier: 2021/S 000-004685

Procurement identifier (OCID): ocds-h6vhtk-0299be

Published 9 March 2021, 10:46am



Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 Endeavour Square

LONDON

E20 1JN

Contact

Will Dyer

Email

v_willdyer@tfl.gov.uk

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=806ce3ce-3971-eb11-8108-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=806ce3ce-3971-eb11-8108-005056b64545

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