Section one: Contracting authority/entity
one.1) Name and addresses
Transport for London
14 Pier Walk
London
SE10 0ES
Contact
Mrs Breda Hillman
Telephone
+44 12345
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ICT13342 Surface Technology Contract Retender (STCR)
Reference number
DN522455
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;
Section six. Complementary information
six.6) Original notice reference
Notice number: 2021/S 000-019810
Section seven. Changes
seven.1.2) Text to be corrected in the original notice
Section number
IV.2.2
Place of text to be modified
Time limit for receipt of tenders or requests to participate
Instead of
Date
27 September 2021
Local time
12:00pm
Read
Date
18 October 2021
Local time
12:00pm