Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Official name: Transport for London — Commercial Surface
Postal address: 197 Blackfriars Road
Town: London
Postal code: SE1 8NJ
Country: United Kingdom
Contact person: Transport for London
For the attention of: Alix Butler
E-mail: Alix.Butler@tfl.gov.uk
Telephone: +44 2030541482
Fax: +44 2030542006
Internet address(es):
General address of the contracting entity: www.tfl.gov.uk
Address of the buyer profile: http://tfl.gov.uk
Electronic access to information: http://eprocurement.tfl.gov.uk/epps/home.do
Electronic submission of tenders and requests to participate: http://eprocurement.tfl.gov.uk/epps/home.do
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activityUrban railway, tramway, trolleybus or bus services
I.3)Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contracting entities: yes
Official name: West Midlands Travel
Postal address: 51 Bordesley Green
Town: Birmingham
Postal code: B9 4BZ
Country: United Kingdom
Official name: Aberdeen City Council
Postal address: Marischal College
Town: Aberdeen
Postal code: AB10 1AB
Country: United Kingdom
Official name: Dundee City Council
Postal address: Dundee House, 50 North Lindsay Street
Town: Dundee
Postal code: DD1 1QE
Country: United Kingdom
Official name: Birmingham City Council
Postal address: Council House, Victoria Square
Town: Birmingham
Postal code: B1 1BB
Country: United Kingdom
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Tfl_scp_001548_Hydrogen_Bus_Framework.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UK UNITED KINGDOM
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 120 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
TfL is conducting a competition to establish a multi supplier, multi lot framework for the purchase of single and double deck buses which use hydrogen fuel cells as their primary source of drive-train power, which will also allow for the capability to provide support services such as maintenance. An objective of this Framework is to encourage local, national and international collaboration in an attempt to generate large scale deployment, standardisation, and ultimately commercialisation of fuel cell buses. A number of UK city transport authorities and transport operators have expressed their desire to use this Framework. During the term of the Framework, TfL will encourage further city authorities and transport operators to utilise the Framework whilst supporting its objectives, in an effort to maintain large scale fuel cell bus orders. A number of UK and EU authorities and operators, have successfully secured funding to support the deployment of fuel cell buses from the Fuel Cells and Hydrogen Joint Undertaking (FCH JU), under the Joint Initiative for Hydrogen Vehicles across Europe (JIVE) project. The current JIVE Bus Deployment Partners can be found by following the link as set out in section VI.2 of this contract notice. In its 2017 call for proposals, the FCH JU has allocated further funding to support an additional large-scale fuel cell bus project (at least 125 vehicles across Europe), which is expected to begin in 2018. Given the duration of this Framework, it is expected to be used for the procurement of fuel cell buses in the UK (and possibly in other countries) associated with the project formed in response to the 2017 call, and potentially other future projects. Alongside the city authorities, TfL wishes to enable existing and future London and UK Bus Operators to utilise this Framework should they desire. Therefore, TfL is establishing this framework on behalf of itself and other awarding bodies including UK city transport authorities, EU transport authorities and Bus Operators. Bus Operators will include, but not be limited to, third party companies who operate bus services in the UK from time to time, or any third party who in the ordinary course of business provides buses to such operators. Whilst TfL will manage the framework, all Call Off contracts will be between the Supplier and the awarding body. This Framework will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest.
II.1.6)Common procurement vocabulary (CPV)34622300 Trolleybuses, 34211100 Bus bodies, 34121000 Buses and coaches, 34211000 Bus bodies, ambulance bodies and vehicle bodies for goods vehicles, 34121100 Public-service buses, 34121300 Double-decker buses, 34121400 Low-floor buses, 50113200 Bus maintenance services, 50113000 Repair and maintenance services of buses, 31122100 Fuel cells, 24111600 Hydrogen
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Framework will encompass the following 2 Lots:
Lot 1: Single Deck Hydrogen Fuel Cell Bus,
Lot 2: Double Deck Hydrogen Fuel Cell Bus.
Please note the following definitions will define which Lots a proposed solution will fall under.
A single/double deck hydrogen fuel cell bus converts hydrogen gas (stored on board) into electricity using a fuel cell. This electricity is used to provide the propulsion for the bus through its electric drive-train creating zero tailpipe emissions. A hydrogen fuel cell bus will be classed as such if it is able to complete a full daily duty cycle using hydrogen only (i.e. no other fuel / energy source is required).
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Lot 1: Single Deck Hydrogen Fuel Cell Bus1)Short description:
A single deck hydrogen fuel cell bus converts hydrogen gas (stored on board) into electricity using a fuel cell. This electricity is used to provide the propulsion for the bus through its electric drive-train creating zero tailpipe emissions. A hydrogen fuel cell bus will be classed as such if it is able to complete a full daily duty cycle using hydrogen only (i.e. no other fuel / energy source is required).
2)Common procurement vocabulary (CPV)34622300 Trolleybuses, 34211100 Bus bodies, 34121000 Buses and coaches, 34211000 Bus bodies, ambulance bodies and vehicle bodies for goods vehicles, 34121100 Public-service buses, 34121300 Double-decker buses, 34121400 Low-floor buses, 50113200 Bus maintenance services, 50113000 Repair and maintenance services of buses, 31122100 Fuel cells, 24111600 Hydrogen
Lot No: 2 Lot title: Lot 2: Double Deck Hydrogen Fuel Cell Bus1)Short description:
A double deck hydrogen fuel cell bus converts hydrogen gas (stored on board) into electricity using a fuel cell. This electricity is used to provide the propulsion for the bus through its electric drive-train creating zero tailpipe emissions. A hydrogen fuel cell bus will be classed as such if it is able to complete a full daily duty cycle using hydrogen only (i.e. no other fuel / energy source is required).
2)Common procurement vocabulary (CPV)34622300 Trolleybuses, 34211100 Bus bodies, 34121000 Buses and coaches, 34211000 Bus bodies, ambulance bodies and vehicle bodies for goods vehicles, 34121100 Public-service buses, 34121300 Double-decker buses, 34121400 Low-floor buses, 50113200 Bus maintenance services, 50113000 Repair and maintenance services of buses, 31122100 Fuel cells, 24111600 Hydrogen
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority's requirements will be set out in the Invitation to Negotiate — Initial Offer and Final Offer documents and Call Off documents. A parent company guarantee or/and a performance bond may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be provided in the Invitation to Negotiate documentation. Payment will be in pounds sterling and will normally be made by means of an electronic funds transfer. The Awarding Authority will reserve the right to make payment in Euros.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No specific legal form is required to bid for this opportunity. However, The Contracting Authority requires that any contract(s) awarded will be entered into by a single legal entity on behalf of a successful candidate(s), to act as the principal contractor. Alternatively, the Contracting Authority may request that 2 members of the consortium are appointed as principal contractors. Potential suppliers bidding as a consortium or relying on third parties may also be required to create a legal entity which results in all consortium members being jointly and severably responsible for the contract. A parent and/or director guarantee will be required.
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 registersInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: All Applicants will be required to express an interest in the opportunity and complete a Selection Questionnaire. To express an interest as a potential supplier your company needs to be registered on the TfL e-procurement portal. To register or to check if you are already registered log on to www.tfl.gov.uk/eprocurement
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Interested parties should note that they will be required to supply copies of at least 2 years of accounts/financial statements. The services of an independent third party financial assessment agency may also be used to determine Economic and Financial Ability.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Interested parties will be required to undergo an assessment of their technical capacity via the completion of an Selection Questionnaire and if successfully shortlisted, completion of an Invitation to Negotiate (ITN)/Invitation to Submit (ITS) response.
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 procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
IV.3.4)Time limit for receipt of tenders or requests to participate26.5.2017 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
Other: All documents to be submitted in English only.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds VI.3)Additional information: VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: Transport for London
Postal address: Palestra, 197 Blackfriars Road
Town: London
Postal code: SE1 8NJ
Country: United Kingdom
E-mail: alix.butler@tfl.gov.uk
Telephone: +44 2030541482
Fax: +44 2030542006
Internet address: www.tfl.gov.uk
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: Upon contract award, TfL will enter into a 10-day Standstill period upon which, if an unsuccessful bidder chooses to lodge an appeal regarding the award decision, they will be able to do so before a contract is entered in to.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:25.4.2017