Contract

Legible London 4

  • Transport for London

F03: Contract award notice

Notice identifier: 2024/S 000-026930

Procurement identifier (OCID): ocds-h6vhtk-03fad5

Published 22 August 2024, 5:13pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

James Valentine

Email

jamesvalentine@tfl.gov.uk

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://tfl.gov.uk/

Buyer's address

http://tfl.sourcing-eu.ariba.com/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Legible London 4

Reference number

WS1413467377 / TFL_SCP_002338

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Transport for London (TfL) procured the services for the Legible London map-based on-street signage programme. The procurement comprised the manufacture, supply, installation and maintenance of Legible London products, which are wayfinding totems.

The framework agreement has an initial term of two (2) years with the option at TfL's sole discretion to extend up to a further two (2) years.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 31523200 - Permanent message signs
  • 34992300 - Street signs
  • 44423400 - Signs and related items
  • 45233260 - Pedestrian ways construction work
  • 45233293 - Installation of street furniture
  • 51000000 - Installation services (except software)

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

Legible London is a map-based, street-level pedestrian information system that encourages people to walk. It was developed by TfL with the support of the London Boroughs and aims to promote walking by tackling a key barrier: the lack of clear and consistent on-street wayfinding information. The programme comprises an integrated signing and mapping system, which incorporates local identity and branding throughout the Capital.

The contract shall be for the provision of:

1. The manufacture and supply of Legible London products, including the production of replacement signs, panels and map refreshes;

2. The installation of Legible London products, including necessary procedures for groundworks and permissions (including responsibility for required permits, consents and licenses);

3. The reactive maintenance/making safe and installation of replacement parts and map refreshes of the Legible London wayfinding system;

4. A comprehensive works management data log to track all activities undertaken on Legible London signs, products and replacement parts with regular reporting to TfL.

Additional, ancillary or incidental works, services or supplies related to the scope described above may be required to facilitate the delivery of each call-off contract.

This may include:

i. the cleaning of Legible London products, including graffiti removal, sticker removal and/or removal of other items which impact the appearance and legibility of the product as required.

ii. undertaking inspections and audits of Legible London signage within the Greater London Authority area.

The contract will be in the form of a single supplier framework, with the agreement available to:

(i) the Greater London Authority or any of its subsidiaries or other functional bodies (from time to time);

(ii) any of the London Boroughs; and/or

(iii) any contractor (including a developer) nominated by:

- Transport for London;

- any other member of the TfL Group or the Greater London Authority;

- any of its subsidiaries or other functional bodies (from time to time);

- any of the London Boroughs; or

- any combination of such parties.

The framework agreement term is for two (2) years from August 2024 with the option to extend up to two a further (2) years.

two.2.5) Award criteria

Quality criterion - Name: Various technical considerations / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by up to 2 further years


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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: 2023/S 000-029612


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 July 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Trueform Engineering Ltd

Hayes, Middlesex

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

Trueform Engineering Ltd

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,500,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom