Tender

North Acton to Hanger Lane Cutting Remedial Work

  • Transport for London

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-020038

Procurement identifier (OCID): ocds-h6vhtk-050fa6

Published 9 May 2025, 12:31pm



Scope

Reference

UIP3466.020

Description

Transport for London (TfL) has identified that cuttings CTS 7 and CTS 8 between North Acton and Hanger Lane require remedial works to stabilise the cutting.

The combined length of the cuttings is approximately 1100m.

The assets are susceptible to pore pressure levels (the pressure of groundwater in the soil or rock) and displacements and are considered a high risk.

Due to the increased number of prolonged rainfall events over the recent years, soil pore pressure build up has become more common and the asset is at greater risk of failure.

In 2017, TfL Engineering produced a detailed design for remediating the asset which consisted of;

Discrete Bored Piles

Discrete H-Piles

King Post Wall

Asset drainage

Re-grading

After the detailed design was completed, the business decision was to pause the project due to funding constraints faced by the business.

Due to the criticality of this asset and the continued deterioration of the cutting, the project has been reinitiated.

Total value (estimated)

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 February 2026 to 30 March 2029
  • 3 years, 1 month, 29 days

Options

The right to additional purchases while the contract is valid.

A two stage contract is being used on this project.

Stage 1 consists of completing the detailed design and agreeing access arrangements for undertaking the works.

Stage 2 consists of delivering the accepted detailed design.

After completing stage 1, TfL will review the projects feasibility and will decide if the supplier is to continue with delivering the stage 2 works.

If TfL decides to proceed, then a notice to proceed will be issued to the supplier.

Main procurement category

Works

CPV classifications

  • 45200000 - Works for complete or part construction and civil engineering work

Contract locations

  • UKI - London

Participation

Legal and financial capacity conditions of participation

The successful supplier is required to have a turnover of at least £15 million pound as detailed in the PSQ.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Submission type

Requests to participate

Tender submission deadline

29 July 2025, 11:45pm

Submission address and any special instructions

https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=XMjOHGCo1DjMafTg&realm=TfL&awrdt=1

Only suppliers that are short listed from the PSQ stage may submit a tender proposal for the works.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

12 December 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

As detailed in the ITT documentation

Quality 65%
Commercial

As detailed in the ITT documentation

Price 35%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Dynamic market being used

RISQS

Special regime

Utilities

Competitive flexible procedure description

The procurement process will follow the following stages

Stage 1 - Expression of Interest (EoI)

The RISQS portal has been used to to identify suppliers for the project using search codes C.C.3.2.12: Piling / Design,C.C.3.2.12: Piling / Install,C.C.3.2.12: Piling / Supply Other Criteria: Status General Status OK, Audit Module Sentinel and Principal Contractor Licenses, Infrastructures London Underground Ltd, Regions Greater London

EoI were sent out to suppliers on the 15th November 2024. The Project team provided a presentation on the project to interested suppliers on 28/11/2024 and suppliers were to confirm their expression of interest in the project before 19/12/2024.

Stage 2 - Project Specific Questionnaire

A Project Specific Questionnaire (PSQ) stage will be used to shortlist up to 6 suppliers. Suppliers are required to complete the PSQ and provide all supporting documentation. TfL will evaluate the submissions against the stated criteria and suppliers will be ranked based on their total score.

Stage 3 - Invitation to Tender

An Invitation to Tender (ITT) stage will be used to obtain a greater understand the suppliers capability and capacity to deliver the works. Suppliers are required to submit a Technical and Commercial proposal which will be assessed against the criteria set out in the tender documentation.

Stage 4 - Supplier Presentations

Short listed suppliers will be asked to provide a presentation on their proposal. TfL reserves the right to adjust the technical scoring based on the information provided in the presentations.

Stage 5 - Best and Final offer

TfL reserves the right to hold a best and final offer (BaFo) stage after supplier presentations.

Stage 6 - Preferred Supplier status

On completion of the above stages, the supplier with the Most Advantageous Tender (MAT) and highest evaluation score will be placed into the preferred supplier status.

Stage 7 - Contract Negotiation

Contract negotiations will only be held with the preferred supplier.

Stage 8 - Contract Execution

The contract documentation will be collated and signed as a deed by both parties.

Justification for not publishing a preliminary market engagement notice

Preliminary market engagement was undertaken in November 2024 prior to the Procurement Act going live in February 2025.


Contracting authority

Transport for London

  • Public Procurement Organisation Number: PHMT-6197-NWNZ

5 Endeavour Square

London

E20 1JN

United Kingdom

Region: UKI41 - Hackney and Newham

Organisation type: Public authority - central government