Section one: Contracting entity
one.1) Name and addresses
Transport for London — Rail for London Ltd
5
Endeavour Square
E20 1JN
Contact
Mr Steven Davies
LondonOvergroundProcurement@TfL.gov.uk
Country
United Kingdom
NUTS code
UKI - London
National registration number
05965930
Internet address(es)
Main address
Buyer's address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
London Rail Infrastructure Improvement Framework
Reference number
DN465077
two.1.2) Main CPV code
- 45234100 - Railway construction works
two.1.3) Type of contract
Works
two.1.4) Short 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.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Minor Infrastructure Improvement
Lot No
1.1
two.2.2) Additional CPV code(s)
- 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
- 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
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
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.
two.2.11) Information about options
Options: Yes
Description of 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.
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
Major Infrastructure Improvement
Lot No
1.2
two.2.2) Additional CPV code(s)
- 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
- 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
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
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.
two.2.11) Information about options
Options: Yes
Description of 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.
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
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 098-236241
Section five. Award of contract
Contract No
Minor Infrastructure Improvement
Lot No
1.1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 March 2022
five.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
five.2.3) Name and address of the contractor
MTR Corporation (UK) Limited
Providence House, Providence Place, Islington
London
N1 0NT
Country
United Kingdom
NUTS code
- UKI - London
National registration number
05205402
The contractor is an SME
No
five.2.3) Name and address of the contractor
Osborne Infrastructure Limited
Fonteyn House 47-49 London Road
Reigate
RH2 9PY
Country
United Kingdom
NUTS code
- UKI - London
National registration number
10735268
The contractor is an SME
No
five.2.3) Name and address of the contractor
Dyer and Butler Ltd
Abel Smith House Gunnells Wood Road Stevenage
Hertfordshire
SG1 2ST
Country
United Kingdom
NUTS code
- UKI - London
National registration number
01450372
The contractor is an SME
No
Section five. Award of contract
Contract No
Major Infrastructure Improvement
Lot No
1.2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 March 2022
five.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
five.2.3) Name and address of the contractor
Balfour Beatty Rail Limited
5 Churchill Place, Canary Wharf
London
E14 5HU
Country
United Kingdom
NUTS code
- UKI - London
National registration number
019826627
The contractor is an SME
No
five.2.3) Name and address of the contractor
Morgan Sindall Construction & Infrastructure Limited
Kent House, 14-17 Market Place
London
W1W 8AJ
Country
United Kingdom
NUTS code
- UKI - London
National registration number
04273754
The contractor is an SME
No
five.2.3) Name and address of the contractor
Volker Fitzpatrick Limited
Hertford Road, Hoddesdon
Hertfordshire
EN11 9BX
Country
United Kingdom
NUTS code
- UKI - London
National registration number
02387700
The contractor is an SME
No
Section six. Complementary information
six.3) Additional information
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.
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunals Service
Royal Courts of Justice, The Strand
London
Enquiries.centrallondon.countycourt@justice.gov.uk
Country
United Kingdom
six.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 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.