By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

:London Highways Alliance Contract.

Contract notice

Works

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Transport for London - Surface Transport
Palestra 197 Blackfriars Road London
Contact point(s): www.tfl.gov.uk/eprocurement
For the attention of: Edd Burton
SE1 8NJ London
UNITED KINGDOM
Telephone: +44 2030541484
E-mail:

Internet address(es)

General address of the contracting authority www.tfl.gov.uk

Address of the buyer profile 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
Body governed by public law
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
London Highways Alliance Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 8
Justification for a framework agreement, the duration of which exceeds four years: The intention of the framework agreements is to stimulate competition and provide an opportunity for economic operators to offer exceptional value for money and efficient delivery of the required works. It is acknowledged that there are potentially significant start up costs, investment in capital equipment, plant and systems. Having consulted with the trade association and a number of economic operators it has been determined that the optimum period to achieve best value is to set up a framework for 8 years. The 8 year duration will allow contracting authorities whose current contracts expire in the next few years to call-off the frameworks (increasing the opportunity for economic operators), for expensive plant to be properly depreciated and for better value to be achieved when negotiating leases for required depots.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 746 560 000,00 and 1 814 750 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Framework agreements for the delivery of highways maintenance and improvement schemes across London for use by Transport for London (TfL); other members of the Greater London Authority (GLA) - London Development Agency, London Fire and Emergency Planning Authority and the Metropolitan Police Authority; London Boroughs and the City of London; and nominated contractors, and associations or companies formed by the aforementioned authorities.
II.1.6)Common procurement vocabulary (CPV)

45000000, 50232000, 50232100, 50232110, 50230000, 45230000, 45232451, 45233000, 45233100, 45233120, 45233121, 45233123, 45233124, 45233125, 45233126, 45233127, 45233128, 45233129, 45233130, 45233131, 45233139, 45233140, 45233141, 45233142, 45233144, 45233150, 45233160, 45233161, 45233162, 45233200, 45233210, 45233220, 45233221, 45233222, 45233223, 45233224, 45233225, 45233228, 45233229, 45233250, 45233251, 45233252, 45233253, 45233260, 45233261, 45233262, 45233270, 45233280, 45233291, 45233292, 45233293, 45233294, 45233300, 45233310, 45233320, 45233330, 45233340, 50232200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope
Four area based framework agreements to deliver highways maintenance, improvement schemes and civil engineering associated with traffic signals across London. This notice has four Lots, each representing a different area of London. A single economic operator will be appointed to each Lot.
Lots:
Lot 1 - North East.
Lot 2 - North West.
Lot 3 - Central.
Lot 4 - South.
Each framework agreement will be accessible to TfL, the other members of the GLA; London Boroughs (and the City of London) included in the Lot’s area (see Annex B for more information); and nominated contractors, and associations or companies formed by the aforementioned authorities.
Economic operators will be permitted to submit tenders for one or more Lots.
Should a single economic operator submit the most economically advantageous tender for more than one Lot then the contracting authorities reserve the right to award multiple Lots to an economic operator. Full details of the mechanism for awarding Lots will be given in the Invitation to Tender documents.
To ensure best value, the contracting authorities reserve the right to tender, outside of these framework agreements, where value or complexity means that there may be benefit in doing so. Individual contracting authorities will form a call-off contract(s) with a Lot’s economic operator.
Although work will be primarily carried out on highways, the framework agreement will make provision for work to be undertaken off highway on housing estates, green space, schools, bus stations, garages, car parks, crematoriums, cemeteries and any other locations requested by the contracting authorities. The scope of the framework agreement may include, but is not limited to:
Maintenance and Improvement Works:
- road pavements (including minor repairs and resurfacing),
- kerbs, footways and paved areas,
- traffic signs,
- street lighting,
- road markings,
- fencing,
- road restraint systems (including pedestrian guardrailing),
- drainage,
- earthworks,
- horticulture, landscaping and ecology,
- bridges and other structures,
- tunnels,
- street furniture.
Related Services:
- winter service,
- emergency call-out service,
- civil engineering work associated with traffic lights,
- horticulture, landscaping and ecology,
- street cleansing (street sweeping and litter picking),
- street cleansing (gully cleaning).
Professional Services:
- asset safety inspections,
- asset service inspections,
- inspections of bridges and other structures,
- design services for design and build scheme work including site investigations and surveys.
All contracting authorities will be able to select the services they require from the list above. No minimum commitment will be guaranteed from any contracting authority and the list of items included in the scope is subject to change.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 746 560 000,00 and 1 814 750 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 96 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: North East
1)Short description
The following contracting authorities are able to form call-off contracts under this Lot: TfL, other members of the GLA and the London Boroughs of Barking & Dagenham, Enfield, Haringey, Havering, Newham, Redbridge, Waltham Forest. Contractors nominated and associations/ companies formed by the aforementioned contracting authorities are also able to form call-offs.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 119 480 000,00 and 362 250 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 96 (from the award of the contract)
5)Additional information about lots
Covering the geographic region of the London Boroughs of Barking & Dagenham, Enfield, Haringey, Havering, Newham, Redbridge, Waltham Forest.
Lot No: 2 Lot title: North West
1)Short description
The following contracting authorities are able to form call-off contracts under this Lot: TfL, other members of the GLA and the London Boroughs of Barnet, Brent, Ealing, Harrow, Hillingdon, Hounslow. Contractors nominated and associations/ companies formed by the aforementioned contracting authorities are also able to form call-offs.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 134 400 000,00 and 304 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Covering the geographic region of the London Boroughs Barnet, Brent, Ealing, Harrow, Hillingdon, Hounslow.
Lot No: 3 Lot title: Central
1)Short description
The following contracting authorities are able to form call-off contracts under this Lot: TfL, other members of the GLA and the London Boroughs of Camden, Hackney, Hammersmith & Fulham, Islington, Kensington & Chelsea, Lambeth, Southwark, Tower Hamlets, Wandsworth and Westminster, and the City of London. Contractors nominated and associations/ companies formed by the aforementioned contracting authorities are also able to form call-offs.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 268 730 000,00 and 567 750 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Covering the geographic region of the London Boroughs of Camden, Hackney, Hammersmith & Fulham, Islington, Kensington & Chelsea, Lambeth, Southwark, Tower Hamlets, Wandsworth and Westminster, and City of London.
Lot No: 4 Lot title: South
1)Short description
The following contracting authorities are able to form call-off contracts under this Lot: TfL, other members of the GLA and the London Boroughs of Bexley, Bromley, Croydon, Greenwich, Kingston upon Thames, Lewisham, Merton, Richmond upon Thames, Sutton. Contractors nominated and associations/ companies formed by the aforementioned contracting authorities are also able to form call-offs.
2)Common procurement vocabulary (CPV)

45000000

3)Quantity or scope

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 223 950 000,00 and 580 750 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Covering the geographic region of the London Boroughs of Bexley, Bromley, Croydon, Greenwich, Kingston upon Thames, Lewisham, Merton, Richmond upon Thames, Sutton.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required
Details to be provided in the Invitation to Tender documentation. A parent company guarentee or performance bond is likely to be required by the contracting authorities.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
The contracting authorities' terms and conditions of payment will apply. Details to be provided in the Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability.
Single entities, joint ventures and consortia bids are all welcomed. The contracting authorities will only contract with a single legal entitiy for each Lot.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The economic operator will be required to satisfy the requirements of Article 45 and 46 of Directive 2004/18/EC, which are contained in Regulation 23 of the Public Contracts Regulations 2006. Full details will be set out in the prequalification questionairre (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The economic operator will be asked to demonstrate it has the economic and financial standing to undertake the Works, in accordance with Article 47 of Directive 2004/18/EC, which is contained in Regulation 24 of the Public Contracts Regulations 2006.
Interested parties may be required to supply copies of at least the last three years of their audited accounts. Services of an independent third party financial agency may also be used.
Minimum level(s) of standards possibly required: Minimum level(s) of financial capacity are outlined in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The economic operator will be asked to demonstrate technical capacity and capability to undertake the Works, in accordance with Article 48 to 50 of Directive 2004/18/EC, which are contained in Regulation 25 of the Public Contracts
Regulations 2006.
Minimum level(s) of standards possibly required
Minimum level(s) of technical capacity and capability will be disclosed in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5 and maximum number 7
Objective criteria for choosing the limited number of candidates: 5-7 economic operators invited per Lot. Criteria for selecting candidates will be set out in the PQQ and evaluation matrix.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
tfl_scp_000032
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 7.11.2011 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.11.2011 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
23.1.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 01/10/2020
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The procurement process is being conducted on behalf of TfL, other members of the GLA, the London Boroughs and the City of London. TfL is a complex organisation operating both as a functional body of the GLA under the direction of the Mayor of London, and as a provider of transport services. The services, supplies or works may be provided to TfL and/or its subsidiaries and/or the GLA or any other authority that is subject to the requirements of either EU Directive 2004/17/EC or 2004/18/EC.
The contracting authorities reserve the right to withdraw from the procurement process and may award framework agreements in whole, in part, or not at all as a result of this call for competition. The contracting authorities shall not be liable for any costs or expenses incurred by any suppliers in considering and/or responding to the procurement process. The contracting authorities may interview suppliers who express an interest in tendering for this work. All discussions and meetings will be conducted in English.
Tenders and supporting documents must be priced in pounds sterling and all payments made under the framework agreement will be in pounds sterling.
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.

TfL strongly supports and implements the GLA Group Responsible Procurement Policy. Details about the policy can be found on www.london.gov.uk/rp. Further details as to the application of the GLA Group Responsible Procurement Policy and any other Borough policies relevant to this procurement will be set out in the tender documents.

The date of despatch of the Invitation to Tender found in section IV.3.5 of this notice is TfL's best estimate at the time of despatching this notice, and is subject to change.

To express an interest in this tender, the company needs 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 suppliers read the instructions carefully on the home page before proceeding with registration. A supplier guidance document is attached within the "opportunity documents” section, which will give instructions to facilitate the submission of a PQQ.
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.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework agreements is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the framework agreements are entered into. Applicants have two working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address in section 1.1.
If an appeal regarding the award of a framework agreeement has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a framework agreement has not been entered into the court may order the settling aside of the award decision or order the contracting authority to amend any document and may award damages. If the framework agreement has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.10.2011

Other interesting websites