:London Highways Alliance Contract.
Contract notice
Works
Section I: Contracting authority
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)
Section II: Object of the contract
Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer
NUTS code UKI
Duration of the framework agreement
Duration in years: 8Justification 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
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
Tenders may be submitted for one or more lots
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
Information about lots
Lot No: 1 Lot title: North East45000000
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
45000000
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
45000000
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
45000000
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
Section III: Legal, economic, financial and technical information
Single entities, joint ventures and consortia bids are all welcomed. The contracting authorities will only contract with a single legal entitiy for each Lot.
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.
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.
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.
Payable documents: no
Section VI: Complementary information
Estimated timing for further notices to be published: 01/10/2020
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.
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.