Section one: Contracting entity
one.1) Name and addresses
Rail for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's 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/ad/selfRegistration?realm=TfL
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
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Infrastructure Maintenance Contract 3 (IMC3)
Reference number
SAP Ariba Reference: WS1304248449
two.1.2) Main CPV code
- 50225000 - Railway-track maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Transport for London (TfL) is part of the Greater London Authority led by the Mayor of London. TfL is the integrated transport authority responsible for delivering the Mayor's aims for public transport. Rail for London Limited (RfL) is a subsidiary of TfL, which operates and manages the East London Line Core Route (soon to be known as the Windrush Line).
RfL has a requirement for a Contractor to undertake maintenance, faulting, repair, like for like replacement services across the entirety of its infrastructure for the East London Line Core Route, to retain its ongoing functionality for Rail and Passenger services.
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32500000 - Telecommunications equipment and supplies
- 34632300 - Electrical installations for railways
- 34946000 - Railway-track construction materials and supplies
- 42500000 - Cooling and ventilation equipment
- 45213320 - Construction work for buildings relating to railway transport
- 45221112 - Railway bridge construction work
- 45232452 - Drainage works
- 45234100 - Railway construction works
- 45234112 - Railway depot construction work
- 45234115 - Railway signalling works
- 45234116 - Track construction works
- 45234123 - Partially underground railway works
- 45313000 - Lift and escalator installation work
- 45315400 - High voltage installation work
- 45331000 - Heating, ventilation and air-conditioning installation work
- 45340000 - Fencing, railing and safety equipment installation work
- 50220000 - Repair, maintenance and associated services related to railways and other equipment
- 50330000 - Maintenance services of telecommunications equipment
- 50511000 - Repair and maintenance services of pumps
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 71315300 - Building surveying services
- 71315400 - Building-inspection services
- 71320000 - Engineering design services
- 71351500 - Ground investigation services
- 71355000 - Surveying services
- 71631470 - Railway-track inspection services
- 90491000 - Sewer survey services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
RfL are seeking a sole Contractor to award a single contract for the provision of services for the Infrastructure Maintenance 3 (IMC3) contract. This is for an initial contract period of five (5) years and with an option to extend by one or more extensions (at RfL's discretion) for a maximum of three (3) additional years.
The successful Contractor will need to provide maintenance (planned and reactive), work arising, faulting, repair and renewals (like for like) for, (but not limited to):
1) Permanent Way
2) Signalling
3) Telecommunications
4) Electrification
5) Power Supplies
6) Mechanical & Electrical
7) Pumps & Drainage
8) Lifts & Escalators
9) Civil & Structures
10) Premises
11) Environmental
12) Fault Reporting
The above-mentioned services will be required across the East London Line Core Route and the following sidings / stations:
1) New Cross Gate Depot Sidings
2) Silwood Sidings
3) Wembley C Sidings
4) 24 West Anglia Inner Stations (between Bethnal Green to Enfield, Chingford and Theobalds Grove)
The scope of services are listed within the project specification and tender documents on the e-tendering portal SAP Ariba.
A draft version of the scope (which remains subject to change prior to, and following, the issue of the Invitation to Submit Initial Tender) of the IMC3 Contract can by accessed via the Data Room (see details below under Section VI.3 - Additional Information).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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 IMC3 Contract is for a for a period of five (5) years (initial contract period) and with an option to extend by one or more extensions (at RfL's discretion) for a maximum of three (3) additional years.
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
Full details of the requirements can be found in the procurement documents accessible via TfL's e-sourcing portal, SAP Ariba.
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 and/or Performance Bonds may be required.
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 RfL may require the consortium to form a legal entity before entering into the Contract. RfL 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
Please refer to 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
13 May 2024
Local time
12:00pm
Changed to:
Date
22 May 2024
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 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
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Respondents should note the following:
Expressions of interest must be by way of completion and return of the selection questionnaire (SQ) (in accordance with the requirements set out in the SQ by the time limit in (Section IV.2.3) above)).
The description provided in II.1.4 and the scope described in section II.2.4 represent the current anticipated requirements of IMC3. Rail for London (RfL) reserves the right to amend the description and/or the scope and/or adjust the duration of the contract as a result of emerging requirements.
RfL reserves the right not to award the contract or to award only part of the contract described in this notice.
The total contract value stated on this notice is an estimated value, based on current core requirements and forecast estimated value of repetitive works. This does not represent a guaranteed amount/volume of work, which may be lower or higher than the estimate provided.
The process for selection of bidders to be invited to the negotiation stage of the procurement is set out in the SQ and associated procurement documents.
The award process may be terminated or suspended at any time without cost or other liability to RfL, TfL or any associated party or their advisers.
RfL does not binds itself to enter into any contract arising out of the procurement covered by this notice. No contractual rights express or implied arise out of this notice or the associated procurement process.
RfL reserves the right to vary the procedure relating to the conduct of the award process and to require further information from respondents.
Respondents 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.
To access the procurement documents on SAP Ariba, respondents should:
• Step 1: Visit the SAP Ariba platform using the following link https://service.ariba.com/Supplier.aw/109539051/aw?awh=r&awssk=fx3TUYr9&dard=1&ancdc=1
• Step 2:
o If new to SAP Ariba, click 'Register Now' and create a standard SAP Ariba account by providing the requested company and administrator information and providing a password which contains a capital letter, a number and a special character; or
o If already an account holder on SAP Ariba, log in using your log in details. Those who are already registered as a TfL Supplier on SAP Ariba, will still need to follow Step 5 below in order to be added as a participant.
Please note, if new to SAP Ariba, the SAP Ariba platform may ask you to review and check for duplicate accounts that others in your business may have set up previously. If there are duplicate accounts, either contact the relevant account administrator using the SAP Ariba functionality or if you require a separate account for access to TfL procurements then please select 'back' and select 'continue account creation'.
• Step 3: Confirm your email address once the confirmation email has been sent.
• Step 4: Confirm in the SAP Ariba platform what type of goods /services you supply.
• Step 5: Send an email to IMC3Procurement@tfl.gov.uk with the information from Steps 2 to 4 including your Business Network ID and the respondent's company name, username and administrator email.
• Step 6: Use the bespoke link in the response email from the IMC3 Procurement Team to access SAP Ariba.
• Step 7: When you have access to the procurement's main home page on SAP Ariba SAP Ariba, click on the 'Intend to Participate' button icon in order to fully register against the contract opportunity.
• Step 8: In the main menu bar at the left of the website click the 'All Content' tab to see all the SQ information documents, as well as the questions that need to be responded to in SAP Ariba. Respondents must follow the instructions in the SQ and associated documents when completing and submitting the response to the SQ.
• Step 9: Respondents can access the data room containing supplementary materials relating to the procurement through the data room link included in the email from the IMC3 Procurement Team, which will be sent following the respondent's email request to access SAP Ariba as set out in Step 5.
If a prospective respondent has any problems accessing the data room or SAP Ariba, please contact RfL via the details below:
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice London
London
Country
United Kingdom