Contract

London Rail Infrastructure Improvement Framework

  • Transport for London — Rail for London Ltd

F06: Contract award notice – utilities

Notice identifier: 2022/S 000-008078

Procurement identifier (OCID): ocds-h6vhtk-032628

Published 25 March 2022, 7:17am



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

Email

LondonOvergroundProcurement@TfL.gov.uk

Country

United Kingdom

NUTS code

UKI - London

National registration number

05965930

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk

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

Email

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.