TfL Surface Transport Major Projects Framework
This framework is for the engineering design and construction of projects, which are within TfL’s Roads Modernisation Programme.
United Kingdom-London: Engineering works and construction works
2016/S 112-199414
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London — Surface Commercial
197 Blackfriars Road
Contact point(s): UKI
For the attention of: Sarah Morris
SE1 8NJ London
United Kingdom
Telephone: +44 2030541485
E-mail: sarahmorris@tfl.gov.uk
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Address of the buyer profile: http://www.tfl.gov.uk/eprocurement
Electronic access to information: http://www.tfl.gov.uk/eprocurement
Electronic submission of tenders and requests to participate: http://www.tfl.gov.uk/eprocurement
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Boroughs as defined by the London Government Act 1963 and the City of London
Private developers whose developments impact on the TfL Road Network (TLRN)
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 6
Justification for a framework agreement, the duration of which exceeds four years: The duration of the framework is 4 years with the option to extend for a further 2 years in increments to be decided by TfL. In view of the optimum duration required to secure keen interest from a currently buoyant market; the critical nature of the works in respect of delivering the Roads Modernisation Programme; the timescales for expiry of other similar major TfL contracts; the significant length of time it may require to design and deliver some of the projects under the framework and the need to programme over a longer period in order to optimise delivery resources, it is considered appropriate for TfL to have the option to extend for up to a further 2 years beyond the initial 4 year limit.
II.1.5)Short description of the contract or purchase(s)
This framework is for the engineering design and construction of projects, which are within TfL’s Roads Modernisation Programme. The duration of the framework is 4 years with the option to extend for a further 2 years in increments to be decided by TfL. Procurement documentation can be accessed from the following electronic address: http://www.tfl.gov.uk/eprocurement. Economic operators should note that this procurement is being undertaken under the Competitive Procedure with Negotiation as set out in Regulation 29 of the Public Contracts Regulations 2015. This statement supersedes section IV.1.1 of this notice. The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations. The type of projects likely to be called off under the framework include design and construction for refurbishment, strengthening, enhancement or reconfiguration with respect to roads, tunnels, bridges and other structures. Call-off contracts will be let via mini competition between framework contractors. TfL expects to enter into framework agreements with civil engineering construction contractors who may engage or form partnerships or joint ventures with others as necessary to deliver design and other pre-construction services (see section III.1.3 regarding specific legal forms accepted). TfL reserves the right to cancel or terminate this procurement at TfL’s discretion and without liability to any applicant.
II.1.6)Common procurement vocabulary (CPV)
45220000, 45230000, 45221111, 45221241, 71320000, 71322000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
TfL requires the services of economic operators to deliver projects within the modernisation programme alongside and / or in collaboration with its other existing contract arrangements. The works could be located anywhere across Greater London on TfL’s road network, and may incorporate the road networks of London Boroughs or other neighbouring highway authorities. The works may also incorporate or require the permanent or temporary use of land owned by TfL inside and outside the highway envelope, or land belonging to third parties.
Economic operators participating in the Major Projects Framework will be expected to undertake pre-construction and construction activities as necessary to deliver each project. There will be no guarantee of a minimum amount of works or services by value or by number of call-off contracts.
Pre-construction activities include engineering design services of a highway, structural, urban realm or other nature, and also includes providing advice, assessment and best practice solutions on build ability; planning and scheduling; risk identification and mitigation; cost planning and management; surveys and investigations; interface management; stakeholder management; identifying and obtaining necessary permits, consents and approvals; delivery of works in advance of the main works; all aspects of land assembly and any other services required to design and deliver complex civil engineering construction projects.
Construction activities include the main construction works associated with each scheme, as well as temporary works, utility diversions and ancillary works. Some schemes may also require delivery of works in advance of the main works. Economic operators will be expected to plan, manage, coordinate and optimise the construction of the works. Traffic management and congestion alleviation will be critical during construction.
Economic operators will be expected to work collaboratively with TfL, with each other, with statutory undertakers and with other economic operators contracted by TfL to deliver aspects of the Roads Modernisation Programme and other works and services as required.
Detailed information on the full scope of services required will be set out in the Framework Scope issued as part of the invitation to tender and more specifically for each scheme in the relevant call-off contract Works Information.
Estimated value excluding VAT:
Range: between 400 000 000 and 500 000 000 GBP
II.2.2)Information about options
Description of these options: TfL has the option of extending the framework limit beyond the initial term of 4 years for a further 2 years in increments as determined by TfL.
TfL may undertake a review of the framework agreement and if it is determined that the framework does not continue to deliver TfL’s objectives and outcomes, TfL reserves the right to terminate the framework at any time during its term.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
be required by the contracting authority as a remedy in respect of failure to perform by any framework contractor. A form of bond and a form of PCG is included in the tender documents. TfL will notify framework contractors at the start of any mini competition process whether a performance bond or PCG is required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Bidders must provide full details of their proposed contracting structures, including key sub-contractors. Changes to consortia and contracting structures must be notified to TfL immediately, which may impose conditions on or reject the change if that is reasonably necessary to ensure that TfL meets its legal or procurement obligations. Full details of, and/or further restrictions on changes to consortia and contracting structures are set out in the tender documents.
III.1.4)Other particular conditions
Description of particular conditions: The selected contractor will be required to have all appropriate permissions and licences etc to undertake the works and/or services in the UK and under UK legislation (and/ or under all equivalent legislation in the place of their establishment) and will be required to evidence these according to the requirements set out in the tender documents and contract documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
the pre-qualification questionnaire.
III.2.2)Economic and financial ability
The services of an independent third party financial agency may also be used. Further details in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: Minimum levels of financial capacity will be disclosed in the pre-qualification questionnaire.
III.2.3)Technical capacity
The economic operator will be asked to demonstrate technical capacity and capability to undertake the Works, in accordance with the requirements of the Public Contracts Regulations 2015.
Minimum level(s) of standards possibly required:
Minimum levels of technical capacity will be disclosed in the pre-qualification questionnaire.
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: A minimum of 6 and a maximum of 8 economic operators will be selected as set out in the pre-qualification questionnaire and evaluation matrix. Economic operators should note that this procurement is being undertaken under the Competitive Procedure with Negotiation as set out in Regulation 29 of the Public Contracts Regulations 2015. This statement supersedes section IV.1.1 of this notice. The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 047-077449 of 8.3.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Economic operators should note that this procurement is being undertaken under the Competitive Procedure with Negotiation as set out in Regulation 29 of the Public Contracts Regulations 2015. This statement supersedes section IV.1.1 of this notice.
TfL reserves the right to withdraw from the procurement process and may not award a framework agreement at all as a result of this call for competition. TfL shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process. TfL may interview none, any or all companies who express an interest in tendering for this work. All discussions and meetings will be conducted in English.
If and when this requirement is offered to tender, it may be done in whole or in part via electronic means using the Internet.
Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling, unless otherwise advised.
Further details on contract requirements will be available in the Invitation to Negotiate (ITN).
TfL embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership.
To express an interest in this tender, economic operators need to be registered on the TfL e-tendering portal. To register or to check if you are already registered log on to https://tfl.gov.uk/eprocurement.
It is important that economic operators read the instructions carefully on the home page before proceeding with registration. To be considered for this opportunity, economic operators must first complete the pre-qualification questionnaire (eligibility criteria) condition of participation.
A guidance document is attached within the ‘opportunity documents’ section, which will give instructions to facilitate the submission.
If you require any further assistance please consult the online help, contact the e-tendering help desk, or send a message to the contracting authority via the clarifications area on the e-tendering portal.
The information contained in this notice, including the list of CPV codes, is neither exhaustive or binding and may be amended at the time of issue of any further notice or notices or at any other time at the discretion of TfL.
Any resulting contracts will be considered contracts made in England according to English law.
VI.4.2)Lodging of appeals
Potentially aggrieved suppliers who wish to lodge an appeal are requested to notify TfL in the first instance.
VI.5)Date of dispatch of this notice:
Related Posts
Luton Highways Maintenance and Professional Services Contract
Framework for Maintenance to Bridges and Structures
Coventry City Council Civil Engineering Support Framework
Design and Construct Tameside Interchange