Section one: Contracting entity
one.1) Name and addresses
Transport for London
5 Endeavour Square
LONDON
E201JN
Contact
Oliver Smith
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://s1-eu.ariba.com/Sourcing/Main
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
London Underground Lifts Capital Replacements Framework
two.1.2) Main CPV code
- 45313100 - Lift installation work
two.1.3) Type of contract
Works
two.1.4) Short description
London Underground Limited (LUL) operates and maintains a vast and complex Lift asset base, that ensure accessibility and safe passenger movement across the network.
LUL's lift asset base comprises a diverse range of installations, varying in age, condition, and design. Our lift replacement programme follows our asset strategy of replacements rather than refurbishments and focuses on asset condition not age. It is the current forecast that 6-10 Assets will be replaced per year under this Framework.
LUL intendeds to establish a Lift Replacement Framework through which we intend to appoint three contractors and a fourth as a reserve. The places on the Framework will be awarded according to the evaluation criteria outlined below. Call-offs from the framework to award Lift replacements will be through mini-competitions. These mini competitions may contain several lift replacements.
The first project under this framework is intended to be the lift replacement at Mornington Crescent station. We intend to award this call-off contract as part of the same procurement process used to establish the framework.
We hope that through the award of this framework we will establish good long-term relationships.
two.1.5) Estimated total value
Value excluding VAT: £127,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
TfL is aiming to procure a framework for lift replacements. The framework will be awarded to 3 suppliers based on the evaluation criteria and the 4th placed supplier will be the reserve.
The ITT will both be managed on TfL's e-tendering platform SAP Ariba. ITT submissions and any clarification queries must be submitted via the relevant SAP Ariba Sourcing Event.
This contract will have an initial term of 5 years with extension options up to a maximum of 9 years.
To request access to the Sourcing Event please email: Oliversmith1@tfl.gov.uk
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: £127,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.2) Time limit for receipt of tenders or requests to participate
Date
13 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 March 2025
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
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom