Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 Endeavour Square
London
E20 1JN
Contact
Mr Edward Riddell
Telephone
+44 2030545140
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
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
Surface Transport Infrastructure Construction Framework
Reference number
DN453866 (tfl_scp_001746d)
two.1.2) Main CPV code
- 45220000 - Engineering works and construction works
two.1.3) Type of contract
Works
two.1.4) Short description
TfL has established a pan-London single lot 5-supplier framework to deliver medium to high complexity/value enhancement and renewal capital projects and programmes and associated works and services as outlined in this Contract Notice and more particularly described in the procurement documents, for use by TfL and other contracting authorities identified in this Notice. All framework contractors will be invited to mini-compete for high complexity/value projects. The tenderers that submitted the 3 most economically advantageous tenders will also be directly allocated medium complexity/value projects by TfL at the Framework commencement. These will be equally distributed between the 3 contractors, and annually thereafter. Performance against KPIs will affect future annual allocation of work.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £800,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 45221111 - Road bridge construction work
- 45221241 - Road tunnel construction work
- 45223000 - Structures construction work
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233125 - Road junction construction work
- 71310000 - Consultative engineering and construction services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71510000 - Site-investigation services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This framework relates to delivery of enhancements and renewals capital projects and programmes and associated works/services. Works/services will be instructed via call-off contracts to construct new or to enhance, renew, strengthen or undertake other interventions to highway and surface structures infrastructure assets under the control of TfL or other ‘Highway Authorities’ in London pursuant to relevant highways legislation.
Projects will range in complexity and may include but are not limited to:
• Highway infrastructure
• Highway bridges
• Road tunnels
• Structures associated with highways
• River assets
TfL will identify high complexity/value works (Level 2 Works) or medium complexity/value works (Level 1 Works) using a risk and complexity assessment. Preliminary input activities (Level 0 Works) will be standalone professional services works.
Level 0 Works /Services – Preliminary Input Activities
These activities are typically professional services commissions for early contractor input to help inform/deliver the design and planning of construction works. Preliminary Input activities may include:
• Reviews and optimisation of design to assure constructability
• Schedule advice and optimisation
• Cost advice, optimisation and estimating
• Risk identification, assessment and risk minimisation strategy advice
• Stakeholder management advice
• Health, safety and environmental input
• Optimising design and construction quality advice
• Optimising reporting and communications advice
• Delivery and advice of appropriate surveys and investigations
all from the perspective of an experienced civil engineering contractor.
Level 0 Works/Services will be standalone call-off contracts and will be awarded by TfL on either a rotation basis, directly awarded or via mini-competition across all framework contractors. Other contracting authorities (as referred to in Section VI.3) may award Level 0 Works/Services via mini-competition across all framework contractors.
Level 1 Works – Medium Complexity and Value Works
Level 1 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of medium complexity and risk and generally have an estimated value of less than £25m.
TfL intends to direct allocate Level 1 Works throughout the duration of the framework to the framework contractors that submitted the 3 most economically advantageous tenders (“Core Contractors”). To achieve this, TfL will divide it’s requirements for Level 1 Works into three roughly equal packages at framework start and on an annual basis thereafter and distribute to the Core Contractors accordingly, together with a mechanism to allocate new Level 1 Works or reallocate based on performance (evaluated against a suite of key performance indicators) together with the right for TfL to award Level 1 Works via mini-competition across all framework contractors. In the event of the insolvency of a Core Contractor, the framework contractor that submitted the 4th most economically advantageous tender will be next in line to be appointed as a Core Contractor.
Other contracting authorities (as referred to in Section VI.3) may award Level 1 Works via mini-competition across all framework contractors.
Level 2 Works – High Complexity and Value Works
Level 2 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of high complexity and risk and generally have an estimated value which is equal to or greater than £25m. Level 2 Works will be awarded by TfL or other contracting authorities (as referred to in Section VI.3) via mini-competition.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: No
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.2.14) Additional information
The values in Section II.1.5 represent the maximum estimated value of works and/or services anticipated to be awarded under the framework. The estimated total value range may be 600,000,000 to 800,000,000 GBP.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2019/S 247-608101
Section five. Award of contract
Contract No
tfl_scp_001746d
Title
Surface Transport Infrastructure Construction Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 April 2021
five.2.2) Information about tenders
Number of tenders received: 6
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: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Costain Limited
Costain House, Vanwall Business Park,
Maidenhead, Berkshire
SL6 4UB
Country
United Kingdom
NUTS code
- UKI - London
National registration number
610201
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section five. Award of contract
Contract No
tfl_scp_001746d
Title
Surface Transport Infrastructure Construction Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 April 2021
five.2.2) Information about tenders
Number of tenders received: 6
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: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Eurovia Infrastructure Limited
Albion House, Springfield Road,
Horsham, West Sussex
RH12 2RW
Country
United Kingdom
NUTS code
- UKI - London
National registration number
7388667
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £200,000,000
Section five. Award of contract
Contract No
tfl_scp_001746d
Title
Surface Transport Infrastructure Construction
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 April 2021
five.2.2) Information about tenders
Number of tenders received: 6
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: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FM Conway Limited
Conway House, Vestry Road,
Sevenoaks, Kent,
TN14 5EL
Country
United Kingdom
NUTS code
- UKI - London
National registration number
00706445
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £200,000,000
Section five. Award of contract
Contract No
tfl_scp_001746d
Title
Surface Transport Infrastructure Construction
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 June 2021
five.2.2) Information about tenders
Number of tenders received: 6
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: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Tarmac Trading Limited
Portland House, Bickenhill Lane,
Solihull, Birmingham.
B37 7BQ
Country
United Kingdom
NUTS code
- UKI - London
National registration number
453791
The contractor is an SME
No
five.2.3) Name and address of the contractor
Kier Highways Limited
Tempsford Hall, Station Road,
Sandy, Bedfordshire.
SG19 2BD
Country
United Kingdom
NUTS code
- UKI - London
National registration number
5606089
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £200,000,000
Section five. Award of contract
Contract No
tfl_scp_001746d
Title
Surface Transport Infrastructure Construction
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 August 2021
five.2.2) Information about tenders
Number of tenders received: 6
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: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
VolkerFitzpatrick
Hertford Road, Hoddesdon,
Hertfordshire
EN11 9BX
Country
United Kingdom
NUTS code
- UKI - London
National registration number
02387700
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £100,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
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 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.