Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Official name: Commercial — Operations London Underground
Postal address: 15 Westferry Circus
Town: London
Postal code: E14 4HD
Country: United Kingdom
For the attention of: Steve Smith
E-mail: stevensmith3@tfl.gov.uk
Internet address(es):
General address of the contracting entity: www.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: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
TFL-00239 Brake Rigging and Vertical Damper Mounting Brackets.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Cockfosters and Northfields, Train Maintenance Depots of the Piccadilly Line on the London Underground network.
NUTS code UKI1 Inner London,UKI2 Outer London
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: 3
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
Range: between 0,01 and 3 600 000 GBP
II.1.5)Short description of the contract or purchase(s):
This procurement is for the repair/overhaul and supply of new; brake rigging assembly parts and vertical suspension damper mounting brackets for the London Underground Piccadilly Line (1973TS) Rolling Stock. There are 5 separate Lots to be procured and Applicants can express an interest in tendering for 1, or any number of Lots. A maximum of three (3) nil value framework agreement/s are sought over a 48 month period in accordance with a pre-agreed schedule of delivery with an option for the Contracting Entity to extend for a further 12 months. The framework agreement/s awarded will be on a zero value basis with no obligation for the Contracting Entity to purchase any minimum number of parts. Applicants expressing an interest will be required to successfully complete a Pre-qualification Questionnaire via the TfL eTendering System. The Contracting Entity shall select candidates to receive invitations to tender in accordance with objective selection criteria as detailed in IV.2.1) of this Notice and in the pre-qualification documents. There are 5 separate Lots to be procured, see Annex B for further details on scope/quantities for each Lot. The Lots will be awarded in-line with the Award Criteria and Award Rules. This could result in any combination of Lots being awarded across a maximum of 3 Framework Agreements. Each Lot will only be awarded to 1 Contracting Entity, so whilst a Contracting Entity may be awarded a Framework Agreement with more than 1 Lot, there will only be a single Contracting Entity to which each Lot has been awarded.
II.1.6)Common procurement vocabulary (CPV)34631000 Parts of locomotives or rolling stock, 34631400 Wheel axles and tyres and other parts of locomotives or rolling stock, 50221400 Repair and maintenance services of locomotive brakes and brake parts, 50222000 Repair and maintenance services of rolling stock, 50224000 Reconditioning services of rolling stock
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
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:
A maximum of three (3) nil value framework agreement/s are sought over a 48 month period in accordance with a pre-agreed schedule of delivery with an option for the Contracting Entity to extend for a further 12 months. There are 5 Lots, see Annex B for further details on scope/quantities for each Lot.
Estimated value excluding VAT
Range: between 0,01 and 3 600 000 GBP
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: Brake head assembly — Repair/Overhaul1)Short description:
Brake head assembly, commonly known as the ‘Brake hanger’ or ‘Brake Head’.
2)Common procurement vocabulary (CPV)34631000 Parts of locomotives or rolling stock, 34631400 Wheel axles and tyres and other parts of locomotives or rolling stock, 50221400 Repair and maintenance services of locomotive brakes and brake parts, 50222000 Repair and maintenance services of rolling stock, 50224000 Reconditioning services of rolling stock
3)Quantity or scope:
Between 0 and 4 212.
5)Additional information about lots:
Lots will be awarded in-line with the Award Criteria and Award Rules. This could result in any combination of Lots being awarded across a maximum of three Framework Agreements. Each Lot will only be awarded to 1 Contracting Entity, so whilst a Contracting Entity may be awarded a Framework Agreement with more than 1 Lot, there will only be a single Contracting Entity to which each Lot has been awarded.
Lot No: 2 Lot title: Brake head guide — Repair/Overhaul1)Short description:
Brake head guide, commonly known as the ‘Brake hanger housing’.
2)Common procurement vocabulary (CPV)34631000 Parts of locomotives or rolling stock, 34631400 Wheel axles and tyres and other parts of locomotives or rolling stock, 50221400 Repair and maintenance services of locomotive brakes and brake parts, 50222000 Repair and maintenance services of rolling stock, 50224000 Reconditioning services of rolling stock
3)Quantity or scope:
Between Zero and 4 212.
5)Additional information about lots:
Lots will be awarded in-line with the Award Criteria and Award Rules. This could result in any combination of Lots being awarded across a maximum of three Framework Agreements. Each Lot will only be awarded to 1 Contracting Entity, so whilst a Contracting Entity may be awarded a Framework Agreement with more than 1 Lot, there will only be a single Contracting Entity to which each Lot has been awarded.
Lot No: 3 Lot title: Brake Lever — Repair/Overhaul1)Short description:
Brake Lever, also know as ‘Brake Head Lever’.
2)Common procurement vocabulary (CPV)34631000 Parts of locomotives or rolling stock, 34631400 Wheel axles and tyres and other parts of locomotives or rolling stock, 50221400 Repair and maintenance services of locomotive brakes and brake parts, 50222000 Repair and maintenance services of rolling stock, 50224000 Reconditioning services of rolling stock
3)Quantity or scope:
Between Zero and 4212.
5)Additional information about lots:
Lots will be awarded in-line with the Award Criteria and Award Rules. This could result in any combination of Lots being awarded across a maximum of three Framework Agreements. Each Lot will only be awarded to 1 Contracting Entity, so whilst a Contracting Entity may be awarded a Framework Agreement with more than 1 Lot, there will only be a single Contracting Entity to which each Lot has been awarded.
Lot No: 4 Lot title: Brake Lever — Supply of New1)Short description:
Brake Lever, also know as ‘Brake Head Lever’.
2)Common procurement vocabulary (CPV)34631000 Parts of locomotives or rolling stock, 34631400 Wheel axles and tyres and other parts of locomotives or rolling stock, 50221400 Repair and maintenance services of locomotive brakes and brake parts, 50222000 Repair and maintenance services of rolling stock, 50224000 Reconditioning services of rolling stock
3)Quantity or scope:
Between 0 and 200.
5)Additional information about lots:
Lots will be awarded in-line with the Award Criteria and Award Rules. This could result in any combination of Lots being awarded across a maximum of 3 Framework Agreements. Each Lot will only be awarded to 1 Contracting Entity, so whilst a Contracting Entity may be awarded a Framework Agreement with more than 1 Lot, there will only be a single Contracting Entity to which each Lot has been awarded.
Lot No: 5 Lot title: Vertical Damper Top and Bottom mounting brackets — Supply of New1)Short description:
Vertical Damper Top mounting bracket.
Vertical Damper Bottom mounting bracket.
2)Common procurement vocabulary (CPV)34631000 Parts of locomotives or rolling stock, 34631400 Wheel axles and tyres and other parts of locomotives or rolling stock, 50221400 Repair and maintenance services of locomotive brakes and brake parts, 50222000 Repair and maintenance services of rolling stock, 50224000 Reconditioning services of rolling stock
3)Quantity or scope:
Vertical Damper Top mounting bracket; between Zero and 1 580.
Vertical Damper Bottom mounting bracket; between Zero and 1 548.
5)Additional information about lots:
Lots will be awarded in-line with the Award Criteria and Award Rules. This could result in any combination of Lots being awarded across a maximum of 3 Framework Agreements. Each Lot will only be awarded to 1 Contracting Entity, so whilst a Contracting Entity may be awarded a Framework Agreement with more than 1 Lot, there will only be a single Contracting Entity to which each Lot has been awarded.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A bankers bond guaranteeing performance of the contract and/or an Ultimate Holding Company Guarantee may be required. Details will be given in the Invitation to Tender document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be in Pounds Sterling and will normally be made by means of electronic funds transfer. Full details will be contained in the Invitation to Tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but in the event of a group of contractors submitting an acceptable offer it will be necessary to provide an undertaking that each member of that group will be jointly and severally responsible for the due performance of the Framework Agreement.
III.1.4)Other particular conditions:The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Candidates expressing an interest will be required to successfully complete a Pre-qualification Questionnaire.
The Pre-qualification Questionnaire and associated documents are to be provided upon candidates expressing an interest in this contract.
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: Included within Pre-qualification Questionnaire and Tender documents, including but not limited to:
— BS EN ISO 18001: 2004 or equivalent.
— ISO 14001:2007 EMAS or equivalent.
— BS EN ISO 9001: 2008 or equivalent certified to BS EN ISO 9001:2008 by a UKAS accreditation body or equivalent national organisation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Selection criteria as stated in the procurement documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: Selection criteria as stated in the procurement documents.
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:
TFL-00239
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Time limit for receipt of requests for documents or for accessing documents: 13.1.2017 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate20.1.2017 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
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 fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
This is the Contracting Entity's last call for competition i.e., this notice is a call for competition in accordance with Directive 2014/25/EU of the European Parliament and of the Council. It is not intended that any further call for competition be made although the Contracting Entity reserves the right to place further calls at its sole discretion.
Interested parties should also note:
— The Contracting Entity reserves the right to up issue the technical specification with amendments prior to submission of candidates' best and final offers.
— The Contracting Entity intends to use electronic means including the internet in carrying out the procurement process.
The Contracting Entity strongly supports and implements the Greater London Authority Group responsible Procurement Policy. Details about the policy can be found on www.londong.gov.uk/rp Further details as to the application of the Greater London Authority Group Responsible Procurement Policy to this procurement will be set out in the tender documents.
— The contract and any matters, including the disputes, arising out of it will be subject to English Law and the exclusive jurisdiction of the English Courts.
— The Contracting Entity does not bind itself to accept any tender and reserves the right to award the contract in whole or in part or not at all as a result of this call for competition.
— Registration of interest in this procurement by any party does not guarantee inclusion of the party on the tender enquiry list. The Contracting Entity shall select candidates to receive invitations to tender in accordance with objective criteria as detailed in IV.2.1) of this Notice and in the invitation to tender documents.
— The Contracting Entity reserves the right to select those candidates with whom it wishes to negotiate. This will be done on an objective basis according to evaluation criteria and rules laid down by the Contracting Entity.
— The Contracting Entity reserves the right to disqualify any candidate which: provides information or conformations which later prove to be untrue or incorrect; or does not supply the information required by this notice or Pre-qualification Questionnaire.
— The Contracting Entity reserves the right to award the contract on the basis of the initial tenders without conducting negotiations.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: The UK does not have any such body with responsibility for appeals procedures. Please refer to section VI.4.2) for information regarding this appeal process
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Prior to contract award the Contracting Entity will incorporate a minimum ten calendar day standstill period following electronic notification to unsuccessful candidates of the award decision. Prior to this period the Contracting Entity will provide candidates with the identity of the winning bidders(s) and details of the score(s)and characteristics and relative advantages of the winning bid(s). The Utilities Contracts Regulations 2016 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).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:18.11.2016