Scope
Reference
WS2491404443
Description
Summary of Requirements:
The Bridges & Civil Structure Maintenance requirement is for planned preventative and reactive maintenance services including:
• Scope 1-Coating: The application of protective coatings to civils assets such as Brick, Masonry, Concrete structures, and Steelwork.
• Scope 2- Vegetation Management (non -track side)
• Scope 3- Cable Draw Pits maintenance.
• Scope 4- Four yearly Interventions to Assets
• Scope 5- Cable Posts: Intervention activities to cable posts including replacement of defective cable posts.
• Scope 6- Maintenance Interventions to Brick Tunnels, Covered Ways and Girders.
• Scope 7- Intervention activities to Cable Stiles.
• Scope 8- Inspection Planning and Support services.
• Scope 9- Replacement of missing/damaged Asset Identification (ID) plates.
• Fault Response and Reactive maintenance.
These services are critical in ensuring the safety of railway operations and the Bridges & Civil Structures Maintenance contract is pivotal in upholding safety standards and preventing accidents. Through maintaining these critical assets, TfL will ensure compliance with legal and regulatory requirements for Bridges and Structures, and through preventative maintenance this can mitigate risks associated with structural failures, service interruptions, and potential legal liabilities safeguarding the public, TfL and any other stakeholders that would interact with the Bridges & Structures.
Total value (estimated)
- £73,355,855 excluding VAT
- £88,027,026 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2031
- Possible extension to 31 March 2034
- 8 years
Description of possible extension:
The term of the draft contract is for an initial five (5) years with the option to extend by a further period of up to three (3) years at TfL's sole discretion.
Options
The right to additional purchases while the contract is valid.
The Volume 2 (Specification) & Volume 3 (Draft Contract) describe the scope of the options.
Main procurement category
Services
CPV classifications
- 50000000 - Repair and maintenance services
Contract locations
- UKI - London
Participation
Legal and financial capacity conditions of participation
Please refer to Procurement Specific Questionnaire
Technical ability conditions of participation
Please refer to Procurement Specific Questionnaire
Submission
Submission type
Requests to participate
Deadline for requests to participate
27 June 2025, 5:00pm
Submission address and any special instructions
Only PSQ and Tender Responses submitted via TfL's online eTendering Platform will be evaluated.
Please see link for the procurement on TfL's online eTendering Platform:
https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=TzjUtMk.xOOXjP.2&realm=TfL&awrdt=1
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
19 December 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical | Please refer to Invitation to Submit PSQ and Tender |
Quality | 40% |
Financial | Please refer to Invitation to Submit PSQ & Tender |
Cost | 40% |
Health Safety Quality and Environment (HSQE) | Please refer to Evaluation Criteria Documents of ITT |
Quality | 10% |
Responsible Procurement | Please refer to Invitation to Submit PSQ and Tender |
Quality | 10% |
Other information
Payment terms
Please refer to Volume 3 (Draft Contract)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
The Procurement Process
TfL is conducting this procurement using the Competitive Flexible Procedure as described below to identify a service provider for the Bridges & Civil Structures Maintenance requirement:
(i) Invitation to Participate in the Conditions of Participation Stage via response to the Procurement Specific Questionnaire (PSQ):
A Project Specific Questionnaire (PSQ) stage will be used to shortlist up to 6 suppliers (or more if there is a tie(s)). 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.
If a bidder is not registered already on TfL's eTendering Platform, they will be required to self-register on the platform using the link provided in Section 3.7 of the ISPT which is restated here in the section named "Online e-Tendering Portal Supplier Self-Registration", and notify TfL via email address-BridgesandCivilStructuresMaintenance@tfl.gov.uk.
(ii) Invitation to Tender (ITT) Stage:
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.
(iii) Negotiations and/or Dialogue (ND) Stage (Discretionary)
(iv) Best & Final Offer (BAFO) (Discretionary)
(v) Invitation to Submit Last & Final Offer (LAFO) (Discretionary)
Online e-Tendering Portal Supplier Self-Registration:
All Bidders planning to participate in this tender will need to self-register their company as a supplier on the TfL's online e-Tendering portal at https://service.ariba.com/Supplier.aw.
Kindly refer any queries to BridgesandCivilStructuresMaintenance@tfl.gov.uk.
Please do not duplicate your registration if your company is already registered on TfL's online e-Tendering portal. Kindly ensure however, that all the contacts within your company that you would like to attend to the upcoming Tender are included as contacts on the same Portal.
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