London Highway Maintenance and Projects Framework

A Contract Award Notice
by TRANSPORT FOR LONDON

Source
Find a Tender
Type
Framework (Works)
Duration
4 year (est.)
Value
£371M-£551M
Sector
CONSTRUCTION
Published
14 Apr 2021
Delivery
01 Apr 2021 to 31 Mar 2025 (est.)
Deadline
n/a

Concepts

Location

London:

Geochart for 1 buyers and 4 suppliers

Description

TfL is establishing 3 single supplier frameworks for highway maintenance and capital renewals and enhancements and associated works and services, across London, for use by TfL and other contracting authorities identified in the Contract Notice. Each framework will represent different geographic areas as its “core area” across London. Service delivery under these frameworks commences in April 2021.

Lot Division

1 Central Area

This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the Central Area of London, which comprises the geographic area covered by London Boroughs of Camden, Hackney, Hammersmith & Fulham, Islington, Kensington & Chelsea, Lambeth, Southwark, Tower Hamlets, Wandsworth, Westminster and the City of London and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 2 and Lot 3), which have assets which TfL is responsible for as a ‘Highway Authority’ pursuant to relevant highways legislation. The successful contractor for Lot 1 will deliver the Core Services and any Task Orders instructed where a call- off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract Notice) and where such Core Services and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 1 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 2 and/or Lot 3. The successful contractor for Lot 1 may also be requested (but will not be obliged) to deliver the Core Services and any Task Orders instructed in the areas covered by Lot 2 and/or Lot 3 under a call-off contract placed by a London Borough situated in Lot 2 and/or Lot 3. The framework scope includes the following: • highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); • construction of capital renewal and enhancement schemes; • works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; • design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; • the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and • any ancillary or incidental works, services or supplies related to the scope described above. Lots 1 and/or 2 also includes Core Services and the ability to instruct Task Orders on other TfL owned assets currently being delivered under other contracts, following their expiry or termination. This includes the A13 road currently being maintained under Design, Build, Finance and Operate (DBFO) arrangements due to expire in 2030. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.

2 North Area

This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the North Area of London, which comprises the geographic area covered by London Boroughs of Barking & Dagenham, Barnet, Brent, Ealing, Enfield, Haringey, Harrow, Havering, Hillingdon, Hounslow, Newham, Redbridge and Waltham Forest and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 1 and Lot 3), which have assets which TfL is responsible for as a ‘Highway Authority’ pursuant to relevant highways legislation. The successful contractor for Lot 2 will be required to deliver Core Services and any Task Orders instructed where a call-off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract Notice) and where such Core Services and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 2 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 1 and/or Lot 3. The successful contractor for Lot 2 may also be requested (but will not be obliged) to deliver Core Services and any Task Orders instructed in the areas covered by Lot 1 and/or Lot 3 under a call-off contract placed by a London Borough situated in Lot 1 and/or Lot 3. The framework scope includes the following: • highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); • construction of capital renewal and enhancement schemes; • works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; • design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; • the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and • any ancillary or incidental works, services or supplies related to the scope described above. Lots 1 and/or 2 also includes Core Services and the ability to instruct Task Orders on other TfL owned assets currently being delivered under other contracts, following their expiry or termination. This includes the A13 road currently being maintained under Design, Build, Finance and Operate (DBFO) arrangements due to expire in 2030. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.

3 South Area

This framework relates to the delivery of Core Services and any Task Orders instructed and has a core area covering the South Area of London, which comprises the geographic area covered by London Boroughs of Bexley, Bromley, Croydon, Greenwich, Kingston upon Thames, Lewisham, Merton, Richmond upon Thames and Sutton and such contiguous areas in London, but outside such London Borough boundaries (and outside the boundaries of the London Boroughs covered by Lot 1 and Lot 2), which have assets which TfL is responsible for as a ‘Highway Authority’ pursuant to relevant highways legislation. The successful contractor for Lot 3 will be required to deliver Core Services and any Task Orders instructed where a call-off contract is placed by TfL or any of the London Boroughs listed above or other contracting authorities (as referred to in the Contract notice) and where such Core Works and any Task Orders are to be delivered in the core area. TfL or other contracting authorities that have a call-off contract in place with the successful Lot 3 contractor may also instruct that contractor to carry out Task Orders in the areas covered by Lot 1 and/or Lot 2. The successful contractor for Lot 3 may also be requested (but will not be obliged) to deliver Core Services and any Task Orders instructed in the areas covered by Lot 1 and/or Lot 2 under a call-off contract placed by a London Borough situated in Lot 1 and/or Lot 2. The framework scope includes the following: • highway maintenance (including emergency call out, reactive repair, routine/cyclic activities); • construction of capital renewal and enhancement schemes; • works and services to the following highway assets: road pavements (including, without limitation, minor repairs and resurfacing), kerbs, footways and paved areas, traffic signs, street lighting, road markings, fencing, road restraint systems (including, pedestrian guard railing), drainage, embankments and other earthworks, green estate, horticulture, landscaping and ecology, street furniture, bridges and other structures and any other assets treated as part of the highway fabric; • design services associated with the highway assets described above or the Core Services and any Task Orders to be instructed, or design services for discrete highways schemes as required; • the following services, related to the highway assets described above or related to the Core Services and any Task Orders to be instructed: safety inspections, winter service, street cleansing; response to support the customer with regard to special events e.g. Tour de France and other on-street sporting events, civic and community events and response to support the customer in responding to large scale emergencies including natural disasters, civil engineering pre-construction support, including construction advice, buildability reviews, value engineering reviews, cost assessment, schedule assessment, risk assessment, construction methodology assessment and engineering surveys and investigations associated with schemes or any other purpose required by the customer in undertaking its functions; and • any ancillary or incidental works, services or supplies related to the scope described above. Additional information: A framework agreement term of between 8 and 12 years is required for successful contractors to write down the cost of specialist fleet, secure appropriate premises at economic prices and obtain suitable return for training and other people-related investment to secure the longer term objectives of continuous improvement and delivery efficiencies. Further details were set out in the procurement documents.

Award Detail

1 Ringway Infrastructure Services (West Sussex)
  • London Highway Maintenance and Projects Framework - Central Area
  • Reference: 007811-2021-tfl_scp_001746a_1_fwk-1
  • Value: £551,000,000
2 Tarmac Trading (Birmingham)
  • London Highway Maintenance and Projects Framework - North Area
  • Reference: 007811-2021-tfl_scp_001746a_2_fwk-2
  • Value: £501,000,000 [share]
  • Awarded to group of suppliers.
3 Kier Highways (Bedfordshire)
  • London Highway Maintenance and Projects Framework - North Area
  • Reference: 007811-2021-tfl_scp_001746a_2_fwk-2
  • Value: £501,000,000 [share]
  • Awarded to group of suppliers.
4 FM Conway (Kent)
  • London Highway Maintenance and Projects Framework - South Area
  • Reference: 007811-2021-tfl_scp_001746a_3_fwk-3
  • Value: £371,000,000

Renewal Options

TfL may extend the framework beyond the initial term of 8 years for up to 4 years at its discretion. Call-Off Contract durations are not envisaged to extend past the framework duration (initial or extended). Framework terms will continue to apply to Task Orders instructed before expiry of the framework, but which have not completed before the framework is due to expire, up to completion of such Task Orders.

Award Criteria

Quality 40
price 60

CPV Codes

  • 45233100 - Construction work for highways, roads
  • 44113000 - Road-construction materials
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45213311 - Bus station construction work
  • 45213314 - Bus garage construction work
  • 45221119 - Bridge renewal construction work
  • 45232452 - Drainage works
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45432112 - Laying of paving
  • 50232100 - Street-lighting maintenance services
  • 50232110 - Commissioning of public lighting installations
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71510000 - Site-investigation services

Indicators

  • Options are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The procurement process has been conducted by TfL (a functional body of the Greater London Authority (GLA)) under the Public Contracts Regulations 2015 on behalf of itself, other members of the GLA (including London Legacy Development Corporation, Old Oak and Park Royal Development Corporation, the London Fire Commissioner and the Mayor’s Office for Policing and Crime), London Boroughs and the City of London. These contracting authorities, and any private developers whose developments impact on the Transport for London Road Network (TLRN), may (but are not obliged to) call-off Core Services and instruct Task Orders under these frameworks. The total value (excluding VAT) stated in Section II.1.7 is the total estimated maximum value of the works and/or services anticipated across all 3 frameworks. The values (excluding VAT) stated in Sections V.2.4 are the total estimated maximum values of the works and/or services anticipated across each of the Lots. The estimated values do not include works that may be instructed by private developers.

Reference

Domains