Opportunity

ICT13342 Surface Technology Contract Retender (STCR)

  • Transport for London

F02: Contract notice

Notice reference: 2021/S 000-019810

Published 13 August 2021, 5:29pm



The closing date and time has been changed to:

18 October 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 Endeavour Square

London

E20 1JN

Contact

Breda Hillman

Email

STCRCommercial@tfl.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://tfl.gov.uk/

Buyer's address

https://tfl.gov.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://procontract.due-north.com/

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/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ICT13342 Surface Technology Contract Retender (STCR)

Reference number

ICT13342

two.1.2) Main CPV code

  • 50232200 - Traffic-signal maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This Contract Notice relates to the Surface Technology Contract Retender (STCR) being undertaken by Transport for London (TfL) and which comprises a series of complex, high value and long term contracts/frameworks divided into multiple lots and (except for CCTV), split by geographical area across Greater London for the supply, installation, maintenance and disposal of the following assets (see Schedule 1 or Appendix 1 (as applicable) of the relevant draft contract in the procurement documents):

• Automated Traffic Signals – includes items such as wig wags, junctions and crossings (ATS);

• Variable Message Signs (VMS);

• Over-height Vehicle Detectors (OVD);

• Surface CCTV (installation, maintenance and support services);

The Lots are:

Lot 1: ATS/VMS/OVD North

Lot 2: ATS/VMS/OVD Central

Lot 3: ATS/VMS/OVD South

Lot 4: ATS/VMS/OVD North & Central Combined

Lot 5: ATS/VMS/OVD North & South Combined

Lot 6: ATS/VMS/OVD South & Central Combined

Lot 7a: ATS/VMS/OVD Framework: North

Lot 7b: ATS/VMS/OVD Framework: Central

Lot 7c: ATS/VMS/OVD Framework: South

Lot 8: CCTV Outstation

Greater London has been divided into three geographical areas (North, Central, South) and these have been developed with a near equal split of assets for ATS/VMS/OVD. Lots 1-3 are single supplier contracts covering one geographical area, Lots 4-6 are single supplier contracts covering two geographical areas (combined area lots) and Lots 7a, 7b and 7c are multi-supplier frameworks covering one geographical area.

For Lots 1-6, TfL requires a single supplier to be responsible for supply, installation and maintenance of the assets for its respective geographical area (the “main geographical contractors”). All routine maintenance in a geographical area will be carried out by the relevant main geographical contractor and capital works and/or ordered maintenance under £250,000.

Supporting the main geographical contracts, TfL will also establish 3 multi-supplier frameworks for ATS/VMS/OVD each aligned to one of the three geographical areas and under which, TfL may award call-off contracts for larger capital improvement works and ordered maintenance projects or a cluster of smaller capital improvement works and ordered maintenance schemes. This will mainly be for project values or schemes with a combined value of £250,000 or more but these frameworks will also permit TfL to award a call-off contract for works in a geographical area of a value below £250,000 in certain circumstances including where the relevant main geographical contractor does not have capacity or performance has dropped below a certain contract threshold. TfL will have the right to use a framework to award a call-off contract for a permanent replacement supplier in the relevant geographical area in certain circumstances e.g. where the main geographical contract is terminated. A key part of these frameworks for TfL is the provision of this resilience mechanism and therefore framework suppliers will be requested to stay “ready” to step in and become a replacement geographical contractor in these circumstances.

There is no restriction on the number of Lots for which an interested organisation can request to participate, however, there are a number of bidding rules detailed in Section VI.3.

Lot 8 is a single supplier contract and requires a single supplier to be responsible for supply, installation and maintenance of the CCTV assets across Greater London.

IMPORTANT: All interested organisations are required to express their interest by emailing STCRCommercial@tfl.gov.uk. A Confidentiality Agreement will be required to be completed (unchanged) prior to receiving access to the procurement documents as these contain information which is confidential to TfL. A Contacts Form is also required of personnel that require access to the Procurement Data Room and ProContract. Interested parties are required to complete the Confidential Agreement/Contacts Form and return by email to STCRCommercial@tfl.gov.uk

two.1.5) Estimated total value

Value excluding VAT: £389,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 5

two.2) Description

two.2.1) Title

Lot 1: ATS/VMS/OVD – North

Lot No

1

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50232200 - Traffic-signal maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London: North

two.2.4) Description of the procurement

Design, supply, install, test, commission, maintenance and disposal of ATS, VMS and OVD and related works and services (all as more particularly described in Schedule 1 of the draft contract for this Lot included with the procurement documents) in the geographical area within Greater London referred to by TfL for the purposes of this opportunity as the “North” geographical area. This geographical area is comprised of the following London Boroughs: Waltham Forest, Redbridge, Havering, Barking & Dagenham, Newham, Hillingdon, Ealing, Brent, Harrow, Barnet, Haringey and Enfield. A map and details of the asset split for this and the other two geographical areas are set out in the procurement documents.

The requirement is for a single geographical contractor to be responsible for the supply, installation and maintenance (commonly referred to as regular maintenance) for the North geographical area. Any Ordered Maintenance or Capital Works (as defined in schedule 3 of the draft contract (which is being made available as part of the procurement documents)) required in the North geographical area during the term of the contract with a value under £250,000 (which may comprise one or more projects) will be allocated to the successful geographical contractor.

The geographical contractor may also be requested to undertake Ordered Maintenance and/or Capital Works of a value of £250,000 or more (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) in the North geographical area where there are either no contractors eligible to be awarded such works under the Lot 7a framework or where TfL has not appointed any suppliers to the Lot 7a framework. As highlighted in section II.1.4 above, TfL may temporarily move Ordered Maintenance and/or Capital Works with a value of less than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to the Lot 7a framework in certain circumstances e.g. where the Lot 1 geographical area contractor does not have capacity or suffers performance issues. TfL may also appoint a permanent replacement contractor pursuant to Lot 7a framework in certain circumstances e.g. where the geographical area Lot 1 contract is being or has been terminated. The scope of any replacement contract awarded under the Lot 7a framework will comprise the same scope as this Lot 1.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 1 – 7c and further details are provided in Section VI.3 Additional Information:

TfL will assess all compliant SQ responses received in response to this Lot and all applicants that achieve a “pass” for pass/fail questions and meet or exceed the minimum threshold for scored questions in respect of Lot 1 set out in the SQ, will be shortlisted and invited to the tender stage. There is no maximum number of bidders to be shortlisted and invited to the tender stage.

There are a number of award rules including a restriction on a supplier being appointed to this Lot and any other Lot across Lots 1-6 – further details are provided in Section VI.3 Additional Information.

The estimated contract value for Lot 1 is: £92m to £112m

Further information is available in the procurement documents including TfL’s requirements for this Lot. A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £112,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial term of any contract awarded for Lot 1 will be eight (8) years from the Contract Commencement Date.

TfL shall be entitled, at its sole discretion, to extend the duration of any contract awarded under Lot 1 for successive periods of not less than 12 (twelve) months up to a maximum total extension period of 24 (twenty-four) months (and therefore a maximum term of the agreement of ten (10) years from the Contract Commencement Date).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 2: ATS/VMS/OVD Central

Lot No

2

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50232200 - Traffic-signal maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London - Central

two.2.4) Description of the procurement

Design, supply, install, test, commission, maintenance and disposal of ATS, VMS and OVD and related works and services (all as more particularly described in Schedule 1 of the draft contract for this Lot included with the procurement documents) in the geographical area within Greater London referred to by TfL for the purposes of this opportunity as the “Central” geographical area. This geographical area is comprised of the following London Boroughs: City of London, Westminster, Camden, Islington, Hackney, Tower Hamlets, Lewisham, Southwark, Hammersmith & Fulham and Kensington & Chelsea. A map and details of the asset split for this and the other two geographical areas are set out in the procurement documents.

The requirement is for a single geographical contractor to be responsible for the supply, installation and maintenance (commonly referred to as regular maintenance) for the Central geographical area. Any Ordered Maintenance or Capital Works (as defined in schedule 3 of the draft contract (which is being made available as part of the procurement documents)) required in the Central geographical area during the term of the contract with a value under £250,000 (which may comprise one or more projects) will be allocated to the successful geographical contractor.

The geographical contractor may also be requested to undertake Ordered Maintenance and/or Capital Works of a value of £250,000 or more (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) in the Central geographical area where there are either no contractors eligible to be awarded such works under the Lot 7b framework or where TfL has not appointed any suppliers to the Lot 7b framework. As highlighted in section II.1.4 above, TfL may temporarily move Ordered Maintenance and/or Capital Works with a value of less than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to the Lot 7b framework in certain circumstances e.g. where the Lot 2 geographical area contractor does not have capacity or suffers performance issues. TfL may also appoint a permanent replacement contractor pursuant to Lot 7b framework in certain circumstances e.g. where the geographical area Lot 2 contract is being or has been terminated. The scope of any replacement contract awarded under the Lot 7b framework will comprise the same scope as this Lot 2.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 1 – 7c and further details are provided in Section VI.3 Additional Information:

TfL will assess all compliant SQ responses received in response to this Lot and all applicants that achieve a “pass” for pass/fail questions and meet or exceed the minimum threshold for scored questions in respect of Lot 2 set out in the SQ, will be shortlisted and invited to the tender stage. There is no maximum number of bidders to be shortlisted and invited to the tender stage.

There are a number of award rules including a restriction on a supplier being appointed to this Lot and any other Lot across Lots 1-6 – further details are provided in Section VI.3 Additional Information.

The estimated contract value for Lot 2 is: £100m to £123m

Further information is available in the procurement documents including TfL’s requirements for this Lot. A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £123,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial term of any contract awarded for Lot 2 will be eight (8) years from the Contract Commencement Date.

TfL shall be entitled, at its sole discretion, to extend the duration of any contract awarded under Lot 2 for successive periods of not less than 12 (twelve) months up to a maximum total extension period of 24 (twenty-four) months (and therefore a maximum term of the agreement of ten (10) years from the Contract Commencement Date).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 3: ATS/VMS/OVD South

Lot No

3

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London - South

two.2.4) Description of the procurement

Design, supply, install, test, commission, maintenance and disposal of ATS, VMS and OVD and related works and services (all as more particularly described in Schedule 1 of the draft contract for this Lot included with the procurement documents) in the geographical area within Greater London referred to by TfL for the purposes of this opportunity as the “South” geographical area. This geographical area is comprised of the following London Boroughs: Greenwich, Lambeth, Wandsworth, Bexley, Bromley, Croydon, Sutton, Merton, Kingston upon Thames, Richmond upon Thames and Hounslow. A map and details of the asset split for this and the other two geographical areas are set out in the procurement documents.

The requirement is for a single geographical contractor to be responsible for the supply, installation and maintenance (commonly referred to as regular maintenance) for the South geographical area. Any Ordered Maintenance or Capital Works (as defined in schedule 3 of the draft contract (which is being made available as part of the procurement documents)) required in the South geographical area during the term of the contract with a value under £250,000 (which may comprise one or more projects) will be allocated to the successful geographical contractor.

The geographical contractor may also be requested to undertake Ordered Maintenance and/or Capital Works of a value of £250,000 or more (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) in the South geographical area where there are either no contractors eligible to be awarded such works under the Lot 7c framework or where TfL has not appointed any suppliers to the Lot 7c framework. As highlighted in section II.1.4 above, TfL may temporarily move Ordered Maintenance and/or Capital Works with a value of less than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to the Lot 7c framework in certain circumstances e.g. where the Lot 3 geographical area contractor does not have capacity or suffers performance issues. TfL may also appoint a permanent replacement contractor pursuant to Lot 7c framework in certain circumstances e.g. where the geographical area Lot 3 contract is being or has been terminated. The scope of any replacement contract awarded under the Lot 7c framework will comprise the same scope as this Lot 3.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 1 – 7c and further details are provided in Section VI.3 Additional Information:

TfL will assess all compliant SQ responses received in response to this Lot and all applicants that achieve a “pass” for pass/fail questions and meet or exceed the minimum threshold for scored questions in respect of Lot 3 set out in the SQ, will be shortlisted and invited to the tender stage. There is no maximum number of bidders to be shortlisted and invited to the tender stage.

There are a number of award rules including a restriction on a supplier being appointed to this Lot and any other Lot across Lots 1-6 – further details are provided in Section VI.3 Additional Information.

The estimated contract value for Lot 3 is: £95m to £116m

Further information is available in the procurement documents including TfL’s requirements for this Lot. A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £116,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial term of any contract awarded for Lot 3 will be eight (8) years from the Contract Commencement Date.

TfL shall be entitled, at its sole discretion, to extend the duration of any contract awarded under Lot 3 for successive periods of not less than 12 (twelve) months up to a maximum total extension period of 24 (twenty-four) months (and therefore a maximum term of the agreement of ten (10) years from the Contract Commencement Date).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 4: ATS/VMS/OVD North & Central Combined

Lot No

4

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50232200 - Traffic-signal maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London - North & Central

two.2.4) Description of the procurement

Design, supply, install, test, commission, maintenance and disposal of ATS, VMS and OVD and related works and services (all as more particularly described in Schedule 1 of the draft contract for this Lot included with the procurement documents) in both the North and Central geographical areas. The North geographical area is as described in Lot 1 and the Central geographical area is as described in Lot 2.

For an applicant to be shortlisted and invited to tender for Lot 4, it must request to participate in Lot 4 in response to this Contract Notice and also request to participate in Lots 1 and 2. An applicant must be shortlisted for Lots 1, 2 and 4 in order to be invited to tender for Lots 1, 2 and 4. There is no maximum number of bidders to be shortlisted for Lots 1, 2 and 4 and invited to the tender stage (and all applicants that achieve a “pass” for pass/fail questions and meet or exceed the minimum threshold for scored questions in respect of Lot 1, Lot 2 and Lot 4 as set out in the SQ, will be shortlisted and invited to the tender stage). TfL does not require shortlisted bidders to submit an initial tender at ISIT stage for any combined Lot. A bidder will be entitled to submit a final tender for a combined Lot if it submits a compliant initial and final tender for both individual Lots 1 and 2.

The requirement is for a single geographical contractor to be responsible for the supply, installation and maintenance (commonly referred to as regular maintenance) for the North and Central geographical area. Any Ordered Maintenance or Capital Works (as defined in schedule 3 of the draft contract (which is being made available as part of the procurement documents)) required in the North and/or Central geographical areas during the term of the contract with a value under £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) will be allocated to the successful geographical contractor.

The geographical contractor may also be requested to undertake Ordered Maintenance and/or Capital Works of a value £250,000 or more (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) in the North and/or Central geographical areas where there are either no contractors eligible to be awarded such works under the Lot 7a and/or the Lot 7b framework (as relevant to the geographical area in which the works are required) or where TfL has not appointed any suppliers to the Lot 7a and/or the Lot 7b framework (as relevant to the geographical area in which the works are required).

As highlighted in section II.1.4 above, TfL may temporarily move Ordered Maintenance and/or Capital Works with a value of less than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to the Lot 7c framework in certain circumstances e.g. where the Lot 3 geographical area contractor does not have capacity or suffers performance issues. TfL may also appoint a permanent replacement contractor pursuant to Lot 7c framework in certain circumstances e.g. where the geographical area Lot 3 contract is being or has been terminated. The scope of any replacement contract awarded under the Lot 7c framework will comprise the same scope as this Lot 3.

As highlighted in section ll.1.4 above, TfL may temporarily move Ordered Maintenance and/or Capital Works with a value of less than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to the Lot 7a and/or the Lot 7b framework (as relevant to the geographical area in which the works are required) in certain circumstances (e.g. where the geographical area contractor does not have capacity or suffers performance issues) and could apply to one or both affected geographical areas. TfL may also appoint a permanent replacement contractor pursuant to Lot 7a and/or the Lot 7b framework (as relevant to the geographical area in which the replacement works are required) in certain circumstances e.g. where one or both of the geographical areas is being or has been terminated. The scope of any replacement contract awarded under the Lot 7a framework will comprise the same scope as Lot 1 and scope of any replacement contract awarded under the Lot 7b framework will comprise the same scope as Lot 2.

Where a supplier is awarded a combined Lot (i.e. Lot 4, 5 or 6) and therefore appointed to two geographical areas, its delivery of the Services (as defined in schedule 3) will still be considered on a geographical area by area basis. This means, for example, that where a geographical contractor awarded to Lot 4 (North & Central Combined) experiences performance issues and is subject to a remediation plan in only the North geographical area, TfL will be entitled to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) under the Lot 7a framework (Framework: North).

Where the performance issues of the relevant geographical contractor affects both the North and Central geographical areas, then TfL will be entitled to use the Lot 7a framework to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to be undertaken in the North geographical area and/or use the Lot 7b framework to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to be undertaken in the Central geographical area. The same would apply in the event that a geographical contractor was in a position which entitled TfL to appoint a permanent replacement geographical contractor pursuant to Lot 7a and/or the Lot 7b frameworks (depending on which area or areas are being or have been terminated). There are also rules around which suppliers are eligible to participate in any mini-competition or be directly awarded a call-off contract for Services under the relevant Lot 7 framework including rules preventing the poorly performing or terminating or terminated geographical contractor (if also appointed to the relevant Lot 7 framework) from participating – further details are set out in Appendix 32 of the Framework Agreements.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 4, 5 and 6 and further details are provided in Section VI.3 Additional Information.

There are a number of award rules including a restriction on a supplier being appointed to this Lot and any other Lot across Lots 1-6 – further details are provided in Section VI.3 Additional Information.

The estimated value for Lot 4 is: £168m to £217m

Further information is available in the procurement documents including TfL’s requirements for Lot 4 (which combines the requirements for Lot 1 and Lot 2). A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £217,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial term of any contract awarded for Lot 4 will be eight (8) years from the Contract Commencement Date.

TfL shall be entitled, at its sole discretion, to extend the duration of any contract awarded under Lot 4 for successive periods of not less than 12 (twelve) months up to a maximum total extension period of 24 (twenty-four) months (and therefore a maximum term of the agreement of ten (10) years from the Contract Commencement Date).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 5: ATS/VMS/OVD North & South Combined

Lot No

5

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50232200 - Traffic-signal maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London - North & South

two.2.4) Description of the procurement

Design, supply, install, test, commission, maintenance and disposal of ATS, VMS and OVD and related works and services (all as more particularly described in Schedule 1 of the draft contract for this Lot included with the procurement documents) in both the North and South geographical areas. The North geographical area is as described in Lot 1 and the South geographical area is as described in Lot 3.

For an applicant to be shortlisted and invited to tender for Lot 5, it must request to participate in Lot 5 in response to this Contract Notice and also request to participate in Lots 1 and 3. An applicant must be shortlisted for Lots 1, 3 and 5 in order to be invited to tender for Lots 1, 3 and 5. There is no maximum number of bidders to be shortlisted for Lots 1, 3 and 5 and invited to the tender stage (and all applicants that achieve a “pass” for pass/fail questions and meet or exceed the minimum threshold for scored questions in respect of Lot 1, Lot 3 and Lot 5 as set out in the SQ, will be shortlisted and invited to the tender stage). TfL does not require shortlisted bidders to submit an initial tender at ISIT stage for any combined Lot. A bidder will be entitled to submit a final tender for a combined Lot if it submits a compliant initial and final tender for both individual Lots 1 and 3.

The requirement is for a single geographical contractor to be responsible for the supply, installation and maintenance (commonly referred to as regular maintenance) for the North and South geographical areas. Any Ordered Maintenance or Capital Works (as defined in schedule 3 of the draft contract (which is being made available as part of the procurement documents)) required in the North and/or South geographical areas during the term of the contract with a value under £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) will be allocated to the successful geographical contractor.

The geographical contractor may also be requested to undertake Ordered Maintenance and/or Capital Works of a value of £250,000 or more (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) in the North and/or South geographical areas where there are either no contractors eligible to be awarded such works under the Lot 7a and/or the Lot 7c framework (as relevant to the geographical area in which the works are required) or where TfL has not appointed any suppliers to the Lot 7a and/or the Lot 7c framework (as relevant to the geographical area in which the works are required).

As highlighted in section ll.1.4 above, TfL may temporarily move Ordered Maintenance and/or Capital Works with a value of less than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) which may comprise one or more projects) to the Lot 7a and/or the Lot 7c framework (as relevant to the geographical area in which the works are required) in certain circumstances (e.g. where the geographical area contractor does not have capacity or suffers performance issues) and could apply to one or both affected geographical areas. TfL may also appoint a permanent replacement contractor pursuant to Lot 7a and/or the Lot 7c framework (as relevant to the geographical area in which the replacement works are required) in certain circumstances e.g. where one or both of the geographical areas is being or has been terminated. The scope of any replacement contract awarded under the Lot 7a framework will comprise the same scope as Lot 1 and scope of any replacement contract awarded under the Lot 7c framework will comprise the same scope as Lot 3.

Where a supplier is awarded a combined Lot (i.e. Lot 4, 5 or 6) and therefore appointed to two geographical areas, its delivery of the Services (as defined in schedule 3) will still be considered on a geographical area by area basis. This means, for example, that where a geographical contractor awarded to Lot 5 (North & South Combined) experiences performance issues and is subject to a remediation plan in only the North geographical area, TfL will be entitled to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one or more projects) under the Lot 7a framework (Framework: North).

Where the performance issues of the relevant geographical contractor affects both the North and South geographical areas, then TfL will be entitled to use the Lot 7a framework to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one or more projects) to be undertaken in the North geographical area and/or use the Lot 7c framework to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to be undertaken in the South geographical area. The same would apply in the event that a geographical contractor was in a position which entitled TfL to appoint a permanent replacement geographical contractor pursuant to Lot 7a and/or the Lot 7c frameworks (depending on which area or areas are being or have been terminated). There are also rules around which suppliers are eligible to participate in any mini-competition or be directly awarded a call-off contract for Services under the relevant Lot 7 framework including rules preventing the poorly performing or terminating or terminated geographical contractor (if also appointed to the relevant Lot 7 framework) from participating – further details are set out in Appendix 32 of the Framework Agreements.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 4, 5 and 6 and further details are provided in Section VI.3 Additional Information.

There are a number of award rules including a restriction on a supplier being appointed to this Lot and any other Lot across Lots 1-6 – further details are provided in Section VI.3 Additional Information.

The estimated value for Lot 5 is: £163m to £211m

Further information is available in the procurement documents including TfL’s requirements for Lot 5 (which combines the requirements for Lot 1 and Lot 3). A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £211,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial term of any contract awarded for Lot 5 will be eight (8) years from the Contract Commencement Date.

TfL shall be entitled, at its sole discretion, to extend the duration of any contract awarded under Lot 5 for successive periods of not less than 12 (twelve) months up to a maximum total extension period of 24 (twenty-four) months (and therefore a maximum term of the agreement of ten (10) years from the Contract Commencement Date).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 6: ATS/VMS/OVD South & Central Combined

Lot No

6

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50232200 - Traffic-signal maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London - South & Central

two.2.4) Description of the procurement

Design, supply, install, test, commission, maintenance and disposal of ATS, VMS and OVD and related works and services (all as more particularly described in Schedule 1 of the draft contract for this Lot included with the procurement documents) in both the South and Central geographical areas. The South geographical area is as described in Lot 3 and the Central geographical area is as described in Lot 2.

For an applicant to be shortlisted and invited to tender for Lot 6, it must request to participate in Lot 6 in response to this Contract Notice and also request to participate in Lots 3 and 2. An applicant must be shortlisted for Lots 3, 2 and 6 in order to be invited to tender for Lots 3, 2 and 6. There is no maximum number of bidders to be shortlisted for Lot 3, Lot 2 and Lot 6 and invited to the tender stage (and all applicants that achieve a “pass” for pass/fail questions and meet or exceed the minimum threshold for scored questions in respect of Lot 3, Lot 2 and Lot 6 as set out in the SQ, will be shortlisted and invited to the tender stage). TfL does not require shortlisted bidders to submit an initial tender at ISIT stage for any combined Lot. A bidder will be entitled to submit a final tender for a combined Lot if it submits a compliant initial and final tender for both individual Lots 3 and 2.

The requirement is for a single geographical contractor to be responsible for the supply, installation and maintenance (commonly referred to as regular maintenance) for the South and Central geographical areas. Any Ordered Maintenance or Capital Works (as defined in schedule 3 of the draft contract (which is being made available as part of the procurement documents)) required in the South and/or Central geographical areas during the term of the contract with a value under £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) will be allocated to the successful geographical contractor.

The geographical contractor may also be requested to undertake Ordered Maintenance and/or Capital Works of a value of £250,000 or more (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) in the South and/or Central geographical areas where there are either no contractors eligible to be awarded such works under the Lot 7c and/or the Lot 7b framework (as relevant to the geographical area in which the works are required) or where TfL has not appointed any suppliers to the Lot 7c and/or the Lot 7b framework (as relevant to the geographical area in which the works are required).

As highlighted in section ll.1.4 above, TfL may temporarily move Ordered Maintenance and/or Capital Works with a value of less than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to the Lot 7c and/or the Lot 7b framework (as relevant to the geographical area in which the works are required) in certain circumstances (e.g. where the geographical area contractor does not have capacity or suffers performance issues) and could apply to one or both affected geographical areas. TfL may also appoint a permanent replacement contractor pursuant to Lot 7c and/or the Lot 7b framework (as relevant to the geographical area in which the replacement works are required) in certain circumstances e.g. where one or both of the geographical areas is being or has been terminated. The scope of any replacement contract awarded under the Lot 7c framework will comprise the same scope as Lot 3 and scope of any replacement contract awarded under the Lot 7b framework will comprise the same scope as Lot 2.

Where a supplier is awarded a combined Lot (i.e. Lot 4, 5 or 6) and therefore appointed to two geographical areas, its delivery of the Services (as defined in schedule 3) will still be considered on a geographical area by area basis. This means, for example, that where a geographical contractor awarded to Lot 6 (South & Central Combined) experiences performance issues and is subject to a remediation plan in only the Central geographical area, TfL will be entitled to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) under the Lot 7b framework (Framework: Central).

Where the performance issues of the relevant geographical contractor affects both the South and Central geographical areas, then TfL will be entitled to use the Lot 7c framework to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes) to be undertaken in the South geographical area and/or use the Lot 7b framework to award call-off contracts for Capital Works and/or Ordered Maintenance of a value below £250,000 (which may comprise one or more projects) to be undertaken in the Central geographical area. The same would apply in the event that a geographical contractor was in a position which entitled TfL to appoint a permanent replacement geographical contractor pursuant to Lot 7c and/or the Lot 7b frameworks (depending on which area or areas are being or have been terminated). There are also rules around which suppliers are eligible to participate in any mini-competition or be directly awarded a call-off contract for Services under the relevant Lot 7 framework including rules preventing the poorly performing or terminating or terminated geographical contractor (if also appointed to the relevant Lot 7 framework) from participating – further details are set out in Appendix 32 of the Framework Agreements.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 4, 5 and 6 and further details are provided in Section VI.3 Additional Information.

There are a number of award rules including a restriction on a supplier being appointed to this Lot and any other Lot across Lots 1-6 – further details are provided in Section VI.3 Additional Information.

The estimated value for Lot 6 is: £170m to £221m

Further information is available in the procurement documents including TfL’s requirements for Lot 6 (which combines the requirements for Lot 3 and Lot 2). A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £221,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial term of any contract awarded for Lot 6 will be eight (8) years from the Contract Commencement Date.

TfL shall be entitled, at its sole discretion, to extend the duration of any contract awarded under Lot 6 for successive periods of not less than 12 (twelve) months up to a maximum total extension period of 24 (twenty-four) months (and therefore a maximum term of the agreement of ten (10) years from the Contract Commencement Date).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 7a: ATS/VMS/OVD Framework: North

Lot No

7a

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50232200 - Traffic-signal maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London - North

two.2.4) Description of the procurement

Framework for capital and maintenance works and related design services, as well as resilience for the North geographical area, for design, supply, installation, testing, commissioning and maintenance of ATS, VMS and OVD and related works and services (all as more particularly described in Appendix 1 of the draft framework for this Lot included with the procurement documents) in the North geographical area. The North geographical area is as described in Lot 1.

The Framework Lot 7a is seeking to appoint four suitably experienced economic operators for works in the North geographical area to provide TfL with a right to award call-off contracts for:

• Capital Works and Ordered Maintenance with a value of £250,000 or more (which may comprise works and/or services under an individual call-off contract or works and/or services under a cluster of separate lower-value call-off contracts which are tendered in one batch);

• Capital Works and Ordered Maintenance less than £250,000 (which may comprise works and/or services under an individual call-off contract or works and/or services under a cluster of separate lower-value call-off contracts which are tendered in one batch) where certain circumstances affect the geographical contractor for the North area (whether appointed under Lot 1, Lot 4 or Lot 5) e.g. the geographical contractor does not have capacity or suffers poor performance; and

• a permanent geographical replacement of a main geographical contractor for the North area (whether appointed under Lot 1, Lot 4 or Lot 5) where that contract has been or is being terminated (resilience mechanism).

A key element of the framework is to provide the resilience mechanism whereby appointed suppliers are ready to replace a main geographical contractor in certain circumstances including repeated poor performance, financial failure or other termination events affecting the main geographical contractor for the North geographical area. The framework suppliers will be required to stay fully prepared to step in and become a replacement geographical contractor in these circumstances.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 1 – 7c and further details are provided in Section VI.3 Additional Information.

There is no restriction on a geographical contractor appointed under Lots 1-6, being also appointed to a Lot 7 framework, nor any restriction on whether they are appointed to one, two or all three geographical areas (i.e. Lot 7a, Lot 7b and Lot 7c) of the framework. The four highest scoring MEAT Bidders will be appointed onto each Framework (Lot 7a, Lot 7b and Lot 7c).

There are eligibility provisions within Appendix 32 of the framework agreements (a draft of which is being provided as part of the procurement document) which will determine whether the Authority will undertake a mini-competition or directly award work to an appointed framework supplier.

The geographical contractor for the North geographical area (whether appointed under Lot 1, Lot 4 or Lot 5) may be ineligible to participate in a mini-competition or be directly awarded work under a Lot 7a framework (if it has also been appointed to that framework) in certain circumstances including where its performance under a geographical contract has triggered a right for TfL to use the Lot 7a framework (e.g. a poorly performing geographical contactor cannot also bid for the same works under the Lot 7a framework). A framework supplier may also be ineligible to participate in a mini-competition or be directly awarded work under Lot 7a framework in certain circumstances e.g. poor performance in relation to a prior call-off contract.

For the replacement contractor element of the framework to be established (i.e. the resilience mechanism), there must be one or more suppliers appointed (up to a maximum of 4 suppliers) to the Lot 7a framework in addition to the successful geographical contractor for the North geographical area (whether appointed under Lot 1, Lot 4 or Lot 5). Where there is only one supplier available to be appointed to Lot 7a (such that the resilience mechanism will not be established), TfL may still appoint suppliers to Lot 7a for Capital Works and/or Ordered Maintenance only.

Where there are either no contractors eligible to be awarded Capital Works and/or Ordered Maintenance under the Lot 7a framework (or where TfL does not establish a framework for Lot 7a), the geographical contractor for the North geographical area may also be requested by TfL to undertake Ordered Maintenance and/or Capital Works of a value higher than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes).

The estimated value for Lot 7a framework is: £5m to £6m. However this value may increase in the event that a call-off contract is awarded under the Lot 7a framework for a replacement geographical contractor (see Lot 1 for the estimated value of the geographical contract for the North; the estimated value of any call-off contract to appoint a replacement contractor will depend on whether and when the resilience mechanism is triggered and the remaining duration of any replacement contract).

Further information is available in the procurement documents including TfL’s requirements for this Lot. A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The terms of a framework agreement awarded under this Lot 7a will be for eight (8) years from Contract Commencement Date. Call-Off Contracts awarded under the framework agreement may continue after the framework agreement has expired, depending on the subject matter of the Call-Off Contract and when it is awarded. In relation to a call-off contract for replacement works, the duration of the call-off contract may not exceed the duration of the geographical area contract it is replacing (including any extension periods ) which may mean that a call-off contract for replacement works could be extended for successive periods and continue for up to a further 24 month period after expiry of the framework agreement (to align with the extension rights and maximum duration for the North geographical contract (see Section II.2.7 of Lot 1).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 7b: ATS/VMS/OVD Framework: Central

Lot No

7b

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50232200 - Traffic-signal maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London - Central

two.2.4) Description of the procurement

Framework for capital and maintenance works and related design services, as well as resilience for the Central geographical area, for design, supply, installation, testing, commissioning and maintenance of ATS, VMS and OVD and related works and services (all as more particularly described in Appendix 1 of the draft framework for this Lot included with the procurement documents) in the Central geographical area. The Central geographical area is as described in Lot 2.

The Framework Lot 7b is seeking to appoint four suitably experienced economic operators for works in the Central geographical area to provide TfL with a right to award call-off contracts for:

• Capital Works and Ordered Maintenance with a value of £250,000 or more (which may comprise works and/or services under an individual call-off contract or works and/or services under a cluster of separate lower-value call-off contracts which are tendered in one batch);

• Capital Works and Ordered Maintenance less than £250,000 (which may comprise works and/or services under an individual call-off contract or works and/or services under a cluster of separate lower-value call-off contracts which are tendered in one batch) where certain circumstances affect the geographical contractor for the Central area (whether appointed under Lot 2, Lot 4 or Lot 6) e.g. the geographical contractor does not have capacity or suffers poor performance; and

• a permanent geographical replacement of a main geographical contractor for the Central area (whether appointed under Lot 2, Lot 4 or Lot 6) where that contract has been or is being terminated (resilience mechanism).

A key element of the framework is to provide the resilience mechanism whereby appointed suppliers are ready to replace a main geographical contractor in certain circumstances including repeated poor performance, financial failure or other termination events affecting the main geographical contractor for the Central geographical area. The framework suppliers will be required to stay fully prepared to step in and become a replacement geographical contractor in these circumstances.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 1 – 7c and further details are provided in Section VI.3 Additional Information.

There is no restriction on a geographical contractor appointed under Lots 1-6, being also appointed to a Lot 7 framework, nor any restriction on whether they are appointed to one, two or all three geographical areas (i.e. Lot 7a, Lot 7b and Lot 7c) of the framework. The four highest scoring MEAT Bidders will be appointed onto each Framework (Lot 7a, Lot 7b and Lot 7c).

There are eligibility provisions within Appendix 32 of the framework agreements (a draft of which is being provided as part of the procurement document) which will determine whether the Authority will undertake a mini-competition or directly award work to an appointed framework supplier.

The geographical contractor for the Central geographical area (whether appointed under Lot 2, Lot 4 or Lot 6) may be ineligible to participate in a mini-competition or be directly awarded work under a Lot 7b framework (if it has also been appointed to that framework) in certain circumstances including where its performance under a geographical contract has triggered a right for TfL to use the Lot 7b framework (e.g. a poorly performing geographical contactor cannot also bid for the same works under the Lot 7b framework). A framework supplier may also be ineligible to participate in a mini-competition or be directly awarded work under Lot 7b framework in certain circumstances e.g. poor performance in relation to a prior call-off contract.

For the replacement contractor element of the framework to be established (i.e. the resilience mechanism), there must be one or more suppliers appointed (up to a maximum of 4 suppliers) to the Lot 7b framework in addition to the successful geographical contractor for the Central geographical area (whether appointed under Lot 2, Lot 4 or Lot 6). Where there is only one supplier available to be appointed to Lot 7b (such that the resilience mechanism will not be established), TfL may still appoint suppliers to Lot 7b for Capital Works and/or Ordered Maintenance only.

Where there are either no contractors eligible to be awarded Capital Works and/or Ordered Maintenance under the Lot 7b framework (or where TfL does not establish a framework for Lot 7b), the geographical contractor for the Central geographical area may also be requested by TfL to undertake Ordered Maintenance and/or Capital Works of a value higher than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes).

The estimated value for Lot 7b framework is: £5m to £6m. However this value may increase in the event that a call-off contract is awarded under the Lot 7b framework for a replacement geographical contractor (see Lot 2 for the estimated value of the geographical contract for the Central; the estimated value of any call-off contract to appoint a replacement contractor will depend on whether and when the resilience mechanism is triggered and the remaining duration of any replacement contract).

Further information is available in the procurement documents including TfL’s requirements for this Lot. A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The terms of a framework agreement awarded under this Lot 7b will be for eight (8) years from Contract Commencement Date. Call-Off Contracts awarded under the framework agreement may continue after the framework agreement has expired, depending on the subject matter of the Call-Off Contract and when it is awarded. In relation to a call-off contract for replacement works, the duration of the call-off contract may not exceed the duration of the geographical area contract it is replacing (including any extension periods ) which may mean that a call-off contract for replacement works could be extended for successive periods and continue for up to a further 24 month period after expiry of the framework agreement (to align with the extension rights and maximum duration for the Central geographical contract (see Section II.2.7 of Lot 2).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 7c: ATS/VMS/OVD Framework: South

Lot No

7c

two.2.2) Additional CPV code(s)

  • 34921000 - Road-maintenance equipment
  • 34923000 - Road traffic-control equipment
  • 34924000 - Variable message signs
  • 34928000 - Road furniture
  • 34929000 - Highway materials
  • 34970000 - Traffic-monitoring equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 45316000 - Installation work of illumination and signalling systems
  • 50232200 - Traffic-signal maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 60100000 - Road transport services
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London - South

two.2.4) Description of the procurement

Framework for capital and maintenance works and related design services, as well as resilience for the South geographical area, for design, supply, installation, testing, commissioning and maintenance of ATS, VMS and OVD and related works and services (all as more particularly described in Appendix 1 of the draft framework for this Lot included with the procurement documents) in the South geographical area. The South geographical area is as described in Lot 3.

The Framework Lot 7c is seeking to appoint four suitably experienced economic operators for works in the South geographical area to provide TfL with a right to award call-off contracts for:

• Capital Works and Ordered Maintenance with a value of £250,000 or more (which may comprise works and/or services under an individual call-off contract or works and/or services under a cluster of separate lower-value call-off contracts which are tendered in one batch);

• Capital Works and Ordered Maintenance less than £250,000 (which may comprise works and/or services under an individual call-off contract or works and/or services under a cluster of separate lower-value call-off contracts which are tendered in one batch) where certain circumstances affect the geographical contractor for the South area (whether appointed under Lot 3, Lot 5 or Lot 6) e.g. the geographical contractor does not have capacity or suffers poor performance; and

• a permanent geographical replacement of a main geographical contractor for the South area (whether appointed under Lot 3, Lot 5 or Lot 6) where that contract has been or is being terminated (resilience mechanism).

A key element of the framework is to provide the resilience mechanism whereby appointed suppliers are ready to replace a main geographical contractor in certain circumstances including repeated poor performance, financial failure or other termination events affecting the main geographical contractor for the South geographical area. The framework suppliers will be required to stay fully prepared to step in and become a replacement geographical contractor in these circumstances.

There is no restriction on the number of Lots for which an interested organisation can request to participate. However, there are a number of bidding rules for Lots 1 – 7c and further details are provided in Section VI.3 Additional Information.

There is no restriction on a geographical contractor appointed under Lots 1-6, being also appointed to a Lot 7 framework, nor any restriction on whether they are appointed to one, two or all three geographical areas (i.e. Lot 7a, Lot 7b and Lot 7c) of the framework. The four highest scoring MEAT Bidders will be appointed onto each Framework (Lot 7a, Lot 7b and Lot 7c).

There are eligibility provisions within Appendix 32 of the framework agreements (a draft of which is being provided as part of the procurement document) which will determine whether the Authority will undertake a mini-competition or directly award work to an appointed framework supplier.

The geographical contractor for the South geographical area (whether appointed under Lot 3, Lot 5 or Lot 6) may be ineligible to participate in a mini-competition or be directly awarded work under a Lot 7c framework (if it has also been appointed to that framework) in certain circumstances including where its performance under a geographical contract has triggered a right for TfL to use the Lot 7c framework (e.g. a poorly performing geographical contactor cannot also bid for the same works under the Lot 7c framework). A framework supplier may also be ineligible to participate in a mini-competition or be directly awarded work under Lot 7c framework in certain circumstances e.g. poor performance in relation to a prior call-off contract.

For the replacement contractor element of the framework to be established (i.e. the resilience mechanism), there must be one or more suppliers appointed (up to a maximum of 4 suppliers) to the Lot 7c framework in addition to the successful geographical contractor for the South geographical area (whether appointed under Lot 3, Lot 5 or Lot 6). Where there is only one supplier available to be appointed to Lot 7c (such that the resilience mechanism will not be established), TfL may still appoint suppliers to Lot 7c for Capital Works and/or Ordered Maintenance only.

Where there are either no contractors eligible to be awarded Capital Works and/or Ordered Maintenance under the Lot 7c framework (or where TfL does not establish a framework for Lot 7c), the geographical contractor for the South geographical area may also be requested by TfL to undertake Ordered Maintenance and/or Capital Works of a value higher than £250,000 (which may comprise one project or a cluster of smaller capital improvement works and ordered maintenance schemes).

The estimated value for Lot 7c framework is: £5m to £6m. However this value may increase in the event that a call-off contract is awarded under the Lot 7c framework for a replacement geographical contractor (see Lot 3 for the estimated value of the geographical contract for the South; the estimated value of any call-off contract to appoint a replacement contractor will depend on whether and when the resilience mechanism is triggered and the remaining duration of any replacement contract).

Further information is available in the procurement documents including TfL’s requirements for this Lot. A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The terms of a framework agreement awarded under this Lot 7c will be for eight (8) years from Contract Commencement Date. Call-Off Contracts awarded under the framework agreement may continue after the framework agreement has expired, depending on the subject matter of the Call-Off Contract and when it is awarded. In relation to a call-off contract for replacement works, the duration of the call-off contract may not exceed the duration of the geographical area contract it is replacing (including any extension periods ) which may mean that a call-off contract for replacement works could be extended for successive periods and continue for up to a further 24 month period after expiry of the framework agreement (to align with the extension rights and maximum duration for the South geographical contract (see Section II.2.7 of Lot 3).

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 8: CCTV Out-Station

Lot No

8

two.2.2) Additional CPV code(s)

  • 32231000 - Closed-circuit television apparatus
  • 32234000 - Closed-circuit television cameras
  • 32520000 - Telecommunications cable and equipment
  • 32580000 - Data equipment
  • 34920000 - Road equipment
  • 34970000 - Traffic-monitoring equipment
  • 45233292 - Installation of safety equipment
  • 45233293 - Installation of street furniture
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 51300000 - Installation services of communications equipment
  • 71322000 - Engineering design services for the construction of civil engineering works

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London

two.2.4) Description of the procurement

Design, supply, installation, testing, commissioning, maintenance and disposal of CCTV surface infrastructure and equipment and related works and services (all as more particularly described in Schedule 1 of the draft contract for this Lot included with the procurement documents) for a pan-London contract – across the North, Central and South geographical areas referred to in Lot 1, 2 and 3 respectively.

The requirement is for a single pan-London supplier to be contracted for CCTV Out-station works and services for both maintenance and capex projects.

This is a stand-alone Lot and interested organisations can request to participate in this Lot 8 without applying for any of Lots 1 to 7c and conversely, they can apply for this Lot as well as any of Lots 1 to 7c. There are no restrictions on bidding or award.

Estimated contract value: £16m to £20m

Further information is available in the procurement documents including TfL’s requirements for this Lot. A draft ISIT and draft contract terms and conditions are being shared as part of the procurement documents.

Note: TfL reserves the right to award without negotiations Lot 8 at the ISIT stage. This applies for Lot 8 only.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial term of any contract awarded for Lot 8 will be eight (8) years from the Contract Commencement Date.

TfL shall be entitled, at its sole discretion, to extend the duration of any contract awarded under Lot 8 for successive periods of not less than 12 (twelve) months up to a maximum total extension period of 24 (twenty-four) months (and therefore a maximum term of the agreement of ten (10) years from the Contract Commencement Date).

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

As detailed in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: 2021/S 000-013143

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

27 September 2021

Local time

12:00pm

Changed to:

Date

18 October 2021

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 November 2021

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Framework Lots 7a, 7b and 7c, have a term of eight years to be coterminous with the main geographical lot contracts’ initial terms (i.e. Lots 1 – 6). This is because a key element of the frameworks are to provide a resilience mechanism whereby appointed suppliers are ready to replace a main geographical contractor under Lots 1-6 (whether Lots 1, 2 and 3 or a combined Lot (Lot 4, 5 or 6) and the remaining geographical area (Lot 1, 2 or 3)) in certain circumstances including repeated poor performance, financial failure or other termination events affecting the main geographical contractor.

The mechanism for TfL’s supplier resilience solution requires the Framework Lots to sit alongside the main geographical lot contracts (Lots 1-6) to enable a successful step-in process to work in these circumstances. If TfL exercises its right to use the relevant Lot 7 framework in order to award a call-off contract for a replacement geographical contract, the term of the call-off contract cannot be longer than the remaining term of the original geographical contract (including any extension periods). This may mean that a call-off contract for replacement works could be extended for successive periods and continue for up to a further 24 month period after expiry of the relevant framework agreement (to align with the extension rights and maximum duration for the relevant geographical area contract) and this duration is necessary to ensure that it is broadly coterminous with the other geographical area contracts.

The values stated in this notice are in GBP.

There are a number of bidding rules for Lots 1 – 7c:

1) where a supplier wishes to request to participate in any of the Lot 7 frameworks (i.e. Lots 7a, 7b and/or Lot 7c) by responding to this Contract Notice and completing a Selection Questionnaire (SQ), it is only permitted to do so if it also requests to participate (by responding to this Contract Notice and completing an SQ), for the relevant main geographical contract which matches the geographical area of relevant framework (Lots 1, 2 or 3, as applicable). For example, a supplier requesting to participate in Lot 7a (North) must also request to participate in Lot 1 (North). Where an organisation is shortlisted for the tender stage, the same bidding rule applies i.e. in order to submit a tender for the relevant Lot 7, the relevant bidder must be invited to tender for and submit a compliant tender for both the relevant framework Lot and the relevant main geographical contract Lot. This is to ensure that the resilience mechanism (whereby TfL may award a call-off contract under a Lot 7 framework in certain circumstances to appoint a permanent replacement to a main geographical contract and therefore requires that Lot 7 framework suppliers are “ready” to step in) is effective; and

2) where a supplier wishes to request to participate in any of Lots 4, 5 or 6, it must request to participate (by responding to this Contract Notice and the SQ), for the respective component individual Lots. For example, an organisation wishing to request to participate in Lot 4 (North/Central), must also request to participate in both Lots 1 (North) and 3 (Central) and be successfully invited to tender for both Lot 1 and Lot 3. At the initial tender stage, the organisation is not required to submit an initial tender for the relevant combined Lot but will be entitled to submit a final tender for a combined Lot provided it remains in the procurement process and submits a compliant tender for both component individual Lots. At the initial tender stage, the organisation is not required to submit an initial tender for the relevant combined Lot but will be entitled to submit a final tender for a combined Lot provided it remains in the procurement process and submits a compliant tender for both component individual Lots. At the initial tender stage, the organisation is not required to submit an initial tender for the relevant combined Lot but will be entitled to submit a final tender for a combined Lot provided it remains in the procurement process and submits a compliant tender for both component individual Lots.

Lot 8 is a standalone Lot and there is no requirement to participate in any other Lot.

There are a number of award rules including a restriction on a supplier being appointed to multiple Lots across Lots 1-6. A supplier can only be successful for one Lot between 1 – 6. A supplier can be awarded to a maximum of 2 geographical areas but only where it is awarded a combined Lot (Lot 4, 5 or 6). In such circumstances, therefore, that same supplier cannot also be awarded a contract for the remaining geographical area. If TfL award individual Lots 1, 2 and 3, a supplier can only be appointed to one geographical area (i.e. one of Lot 1, 2 or 3). Not all of Lots 1-6 contracts will proceed to award. The decision as to whether TfL will award individual Lots 1, 2 and 3 to three suppliers or a combined Lot (Lot 4, 5 or 6) and the remaining geographical area (Lot 1, 2 or 3) to two suppliers is based on specific criteria and conditions set out in the ISIT provided as part of the procurement documents.

TfL reserves the right to withdraw from the procurement process and may award contract/ framework agreements in whole, in part, or not at all as a result of this call for competition. Entering into one or more framework agreements does not guarantee any level call-offs by TfL. TfL shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process. All discussions and meetings will be conducted in English.

Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling, unless otherwise advised.

All London Borough’s and Developers working on London Transport Road Network shall be capable of requesting TfL to undertake works and services on their behalf via this suite of contracts. For the benefit of doubt, the contractual relationship for any works and services undertaken for London Borough’s or Developers shall remain between the STCR framework contractor and TfL

six.4) Procedures for review

six.4.1) Review body

HM Courts and Tribunal Service

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Any appeals should be promptly brought to the attention of TfL's commercial lead named in

this notice at the address specified in Section I) above and will be dealt with in accordance

with the requirements of the Public Contracts Regulations 2015.

Any appeals must be brought within the timescales specified by the applicable law, including

without limitation, the Public Contracts Regulations 2015. In accordance with the Public

Contracts Regulations 2015, TfL will also incorporated a minimum 10 calendar days standstill

period from the date information on the award of contracts is communicated to tenders.