Construction Contract Leads
London
Category Goods
Type
No. of Lots 3
Status Active
Published 14th Mar 2024
Reference | ocds-h6vhtk-0448cf |
Common Procurement Vocabulary | Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £14,000,000 |
London
Category Goods
Type
No. of Lots 3
Status Active
Published 14th Mar 2024
Reference | ocds-h6vhtk-0448cf |
Common Procurement Vocabulary | Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £14,000,000 |
The closing date and time has been changed to:
25 April 2024 - no time specified
See the change notice.
Section I: Contracting entity
I.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Olutunde Sigbeku
olutunde.sigbeku [at] tube.tfl.gov.uk
Country
United Kingdom
NUTS code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://service.ariba.com/Supplier.aw/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://service.ariba.com/Supplier.aw/
Tenders or requests to participate must be submitted to the above-mentioned address
I.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of 92TS Mechanical Materials for Central Line Improvement Programme (CLIP)
Reference number
SAP ARIBA Reference WS1390287316
II.1.2) Main CPV code
- 34630000 - Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
II.1.3) Type of contract
Supplies
II.1.4) Short description
This procurement is to enable the successful and timely delivery of Mechanical Materials for 92TS Central Line Trains. The procurement of 92TS Mechanical Materials will be carried out as a single procurement through a negotiated tender process with prior call for competition conducted in accordance with TfL rules, governance and procedures.
The mechanical materials will be let as 3 separate Lots:
• Lot 1
Sheet metal formed component kits (e.g., laser cut and folded with holes/inserts added). Large quantities of each component
• Lot 2
Fabricated, welded and/or coated component kits (e.g., welded and powder coated wheelchair space parts). Large quantities of each component.
• Lot 3
Tooling Jigs (e.g., custom made jigs, fabricated and powder coated). Small quantities of each component.
II.1.5) Estimated total value
Value excluding VAT: £14,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
II.2) Description
II.2.1) Title
Sheet metal formed component kits
Lot No
1
II.2.2) Additional CPV code(s)
- 34200000 - Vehicle bodies, trailers or semi-trailers
- 34600000 - Railway and tramway locomotives and rolling stock and associated parts
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
II.2.3) Place of performance
NUTS codes
- UKI - London
II.2.4) Description of the procurement
This procurement is to enable the successful and timely delivery of Sheet metal formed component kits (e.g., laser cut and folded with holes/inserts added). Large quantities of each component
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Fabricated, welded and/or coated component kits
Lot No
2
II.2.2) Additional CPV code(s)
- 34200000 - Vehicle bodies, trailers or semi-trailers
- 34300000 - Parts and accessories for vehicles and their engines
- 34600000 - Railway and tramway locomotives and rolling stock and associated parts
- 50222000 - Repair and maintenance services of rolling stock
II.2.3) Place of performance
NUTS codes
- UKI - London
II.2.4) Description of the procurement
Procuring these mechanical materials is to support the delivery of Fabricated, welded and/or coated component kits (e.g., welded and powder coated wheelchair space parts). Large quantities of each component.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Tooling Jigs
Lot No
3
II.2.2) Additional CPV code(s)
- 34320000 - Mechanical spare parts except engines and engine parts
- 34600000 - Railway and tramway locomotives and rolling stock and associated parts
- 42600000 - Machine tools
- 50222000 - Repair and maintenance services of rolling stock
II.2.3) Place of performance
NUTS codes
- UKI - London
II.2.4) Description of the procurement
This procurement is to enable the successful and timely delivery of Tooling Jigs (e.g., custom made jigs, fabricated and powder coated). Small quantities of each component.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
On satisfactory completion and successful shortlisting in the first stage of the supplier selection questionnaire.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
15 March 2024
Changed to:
Date
25 April 2024
See the change notice.
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 March 2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
HM Courts and Tribunals Service
London
Country
United Kingdom