Opportunity

Tram Replacement Rolling Stock Programme

  • Tramtrack Croydon Limited

F05: Contract notice – utilities

Notice reference: 2024/S 000-000135

Published 3 January 2024, 2:44pm



Section one: Contracting entity

one.1) Name and addresses

Tramtrack Croydon Limited

5 Endeavour Square, London, United Kingdom, E20 1JN

London

E20 1JN

Contact

Victoria Biggs

Email

victoriabiggs@tfl.gov.uk

Telephone

+44 2070384000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.tfl.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://lucpd.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://lucpd.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tram Replacement Rolling Stock Programme

two.1.2) Main CPV code

  • 34620000 - Rolling stock

two.1.3) Type of contract

Supplies

two.1.4) Short description

The contracts (to be awarded to one supplier) are: (a) a manufacture and supply agreement for a base order of 24 new trams (with options to order up to 16 further option trams), together with associated spares and equipment; and (b) a technical support and spares supply agreement for the provision of technical support and spares in respect of the trams supplied under the manufacturer and supply agreement, with a term of 30 years.

two.1.5) Estimated total value

Value excluding VAT: £385,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34622100 - Tramway passenger coaches
  • 34622200 - Railway passenger coaches
  • 50222000 - Repair and maintenance services of rolling stock

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Croydon and surrounding areas

two.2.4) Description of the procurement

The type CR4000 trams on the Croydon Trams network are approaching the end of their design life and Transport for London (TfL) intends to replace them with a new fleet pursuant to this procurement.

TfL intends to procure 24 new trams and associated technical support and spares supply to enable TfL to maintain the new fleet at its Therapia Lane Depot for the duration of its 30 year design life. The solution will support improved safety features on the tram network, comply with RVAR 2010 legislation, improve crashworthiness of vehicles, improve passenger and driver experience, maintain and improve reliability of the fleet, contribute to TfL's 'Vision Zero' and reduce the ongoing economic and carbon cost of tram services.

The scope of the manufacture and supply agreement will include:

(a) the design, assurance, manufacture, testing, commissioning and entry into service of 24 new base order trams meeting the requirements of the tram technical requirements specified by the authority; and

(b) the option for the authority to order up to 12 option trams with no break in production, or between 8 to 16 option trams with a break in production;

(c) the provision of associated spares and equipment for use on or in connection with the new fleet;

(d) the provision of certain ancillary services in connection with the introduction of the new fleet; and

(e) the disposal of certain retiring existing units from the Croydon trams fleet.

The scope of the technical support and spares supply agreement will include:

(f) the provision of specified technical support services in respect of the new fleet as required by the authority over the new fleet's 30 year design life; and

(g) the provision of spare parts for the new fleet as required by the authority in accordance with its terms.

The feasibility of onboard energy storage and Automatic Infrastructure Monitoring systems may be explored under this contract.

The successful bidder will be remunerated on the achievement of specified payment milestones under the manufacture and supply agreement, together with fees for provision of services under the technical support and spares supply agreement.

TfL are not seeking financing offers as part of this procurement but may separately procure financing for the new fleet, with the timing and structure of any such financing to be determined.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £385,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

420

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

The selection criteria and process as set out in the Selection Questionnaire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The manufacture and supply agreement will permit the authority to order up to 12 option trams with no break in production, and/or between 8 to 16 option trams with a break in production. The technical support and spares supply agreement will apply in respect of the entire new fleet (including any option trams ordered pursuant to such options). Details of the provisional timetable for recourse to such options and their pricing are set out more particularly in the procurement documents.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the Selection Questionnaire.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Please refer to the Selection Questionnaire.

three.1.6) Deposits and guarantees required

Parent company guarantees may be required under each of the manufacture and supply agreement and technical support and spares supply agreement. Advance payment bonds will also be required in respect of payments made to the manufacturer prior to acceptance of the trams.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

The successful bidder will be remunerated on the achievement of specified payment milestones under the manufacture and supply agreement, together with fees for provision of services under the technical support and spares supply agreement.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

No particular legal form is required, but if a contract is awarded to a consortium the authority may require the consortium to form a legal entity before entering into the manufacture and supply agreement and technical support and spares supply agreement. The authority will also need to understand the governance arrangements between the parties and how day to day management will be undertaken.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-001595

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 February 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 June 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 24 June 2026


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Respondents should note the following:

(a) The description provided in II.1.4 and the scope described in section II.2.4 represent the current anticipated requirements of Tramtrack Croydon Limited. Tramtrack Croydon Limited reserves the right to amend the description and/or the scope and/or adjust the duration of the contracts as a result of emerging requirements.

(b) The duration of the contract stated in section II.2.7 is an estimate based on a three year period from contract signature to the date of acceptance of the last tram in the base order of 24 trams, a train warranty period of two years, and a 30 year technical support and spares supply agreement. Any contract let by Tramtrack Croydon Limited may contain provisions that the contract may be extended for the specified period and on the terms of the contract.

(c) Interested respondents must complete the Selection Questionnaire which can be obtained via the TfL eSourcing portal. Further information on the process of accessing the TfL eSourcing portal is included at (j) below. [Respondents must note that any expression of interest submitted in response to the Periodic Indicative Notice for these services does not apply to this contract notice and the procedure in I.3 and (j) must be followed in order to access the Selection Questionnaire.]

(d) A response to this contract notice does not guarantee that an entity will be invited to tender. The process for selection of bidders to be invited to tender is set out in the Selection Questionnaire and procurement documents.

(e) The award process may be terminated or suspended at any time without cost or liability to Tramtrack Croydon Limited, TfL or any other party.

(f) Neither Tramtrack Croydon Limited nor TfL binds itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it.

(g) Tramtrack Croydon Limited reserves the right to vary the procedure relating to the conduct of the award process and to require further information from respondents.

(h) Potential bidders shall be solely responsible for any costs which they incur as a result of responding to this notice and participating in any aspect of the procurement process described in this contract notice.

(i) The conduct of this procurement is governed by the Utilities Contracts Regulations 2016. The manufacture and supply agreement and technical support and spares supply agreements will be awarded in accordance with the Utilities Contracts Regulations.

(j) Instructions of accessing the TfL eSourcing portal and Procurement Documents

To access the procurement documents on the TfL eSourcing portal, prospective respondents should:

Step 1: Ensure that you are registered on the TfL (Bravo) eSourcing portal (https://lucpd.bravosolution.co.uk).

Step 2: Search for "ppq_39 New Tram Procurement Project within Bravo.

Step 3: Access and download the SSQ information and documentation.

If you require any further assistance with the above steps, please contact the Commercial Team via email on victoriabiggs@tfl.gov.uk

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will observe a standstill period for a minimum of 10 calendar days from the date of issue of a contract award notice to bidders. Such notice will provide full information on the award decision. Such standstill period provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. Any appeal or request for additional information should be sent to the name and address in Section I.1. 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).