Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
James Valentine
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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