Published date: 16 August 2021
This notice was replaced on 16 August 2021
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Opportunity (published 16 August 2021, last edited 14 September 2021)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Telecommunications cable and equipment - 32520000
Data equipment - 32580000
Road-maintenance equipment - 34921000
Road traffic-control equipment - 34923000
Variable message signs - 34924000
Road furniture - 34928000
Highway materials - 34929000
Traffic-monitoring equipment - 34970000
Control, safety, signalling and light equipment - 34990000
Installation of road signals - 45233294
Installation of signalling equipment - 45316200
Installation of traffic monitoring equipment - 45316210
Traffic-signal maintenance services - 50232200
Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment - 50300000
Traffic control services - 63712700
Traffic monitoring services - 63712710
Engineering design services for the construction of civil engineering works - 71322000
Location of contract
United Kingdom
Value of contract
£389,000,000
Procurement reference
TFL001-DN522455-12682960
Published date
16 August 2021
Closing date
27 September 2021
Closing time
12pm
Contract start date
3 October 2022
Contract end date
2 October 2032
Contract type
Service contract
Procedure type
Negotiated procedure
Contract is suitable for SMEs?
No
Contract is suitable for VCSEs?
No
Description
This Contract Notice relates to the Surface Technology Contract Retender (STCR) being undertaken by Transport for London (TfL) and which comprises a series of complex, high value and long term contracts and frameworks divided into multiple lots and (except for CCTV), split by geographical area across Greater London for the supply, installation, maintenance and disposal of the following assets:
• Automated Traffic Signals - includes items such as wig wags, junctions and crossings (ATS)
• Variable Message Signs (VMS)
• Over-height Vehicle Detectors (OVD)
• Surface CCTV (installation, maintenance and support services)
The Lots are:
Lot 1: ATS/VMS/OVD North
Lot 2: ATS/VMS/OVD Central
Lot 3: ATS/VMS/OVD South
Lot 4: ATS/VMS/OVD North & Central Combined
Lot 5: ATS/VMS/OVD North & South Combined
Lot 6: ATS/VMS/OVD South & Central Combined
Lot 7a: ATS/VMS/OVD Framework: North
Lot 7b: ATS/VMS/OVD Framework: Central
Lot 7c: ATS/VMS/OVD Framework: South
Lot 8: CCTV Outstation
Greater London has been divided into three geographical areas (North, Central, South) and these have been developed with a near equal split of assets for ATS/VMS/OVD. Lots 1-3 are single supplier contracts covering one geographical area, Lots 4-6 are single supplier contracts covering two geographical areas (combined area lots) and Lots 7a, 7b and 7c are multi-supplier frameworks covering one geographical area.
For Lots 1-6, TfL requires a single supplier to be responsible for supply, installation and maintenance of the assets for its respective geographical area (the main geographical contractors). All routine maintenance in a geographical area will be carried out by the relevant main geographical contractor and also capital works and/or ordered maintenance under £250,000.
Supporting the main geographical contracts, TfL will also establish 3 multi-supplier frameworks for ATS/VMS/OVD each aligned to one of the 3 geographical areas and under which, TfL may award call-off contracts for larger capital works and ordered maintenance projects.
There is no restriction on the number of Lots for which an interested organisation can request to participate, however, there are a number of bidding rules detailed in the procurement documents.
Lot 8 is a single supplier contract and requires a single supplier to be responsible for supply, installation and maintenance of the CCTV assets across London.
IMPORTANT: All interested organisations are required to express their interest by emailing STCRCommercial@tfl.gov.uk. A Confidentiality Agreement will be required to be completed (unchanged) prior to receiving access to the procurement documents as these contain information which is confidential to TfL. A Contacts Form is also required of personnel that require access to the Procurement Data Room and ProContract. Interested parties are required to complete the Confidential Agreement & Contacts Form and return by email to STCRCommercial@tfl.gov.uk;
More information
Additional text
-
More detailed provided in the Find a Tender notice 2021/S 000-019810
https://www.find-tender.service.gov.uk/Notice/019810-2021
More details on the scope are provided in Schedule 1/Appendix 1 (as applicable) of the procurement documents.
TfL reserves the right to withdraw from the procurement process and may award contract/ framework agreements in whole, in part, or not at all as a result of this call for competition. Entering into one or more framework agreements does not guarantee any level call-offs by TfL. TfL shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process. 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 contract will be in Pounds Sterling, unless otherwise advised.
About the buyer
Contact name
Billy Simson
Address
5 Endeavour Square
London
E20 1JN
England
Website
Share this notice