Section one: Contracting entity
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Luke Parrott
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
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://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/
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
1992 Tube Stock Saloon Seat Overhaul (CLIP)
Reference number
SAP ARIBA Reference WS1525589300
two.1.2) Main CPV code
- 34631300 - Rolling-stock seats
two.1.3) Type of contract
Supplies
two.1.4) Short description
This procurement for the 1992 Tube Stock (Central and Waterloo & City Lines) Saloon Seat Overhaul (CLIP) will be carried out as a single procurement through a negotiated tender process conducted in accordance with TfL rules, governance, and procedures.
The contract involves the winning bidder to reupholster with foam and an updated RVAR compliant moquette design. Moquette design supplied by TfL. Quantity is consisting of 18,525 passenger seats and 1,225 perch seats.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34620000 - Rolling stock
- 34631300 - Rolling-stock seats
- 39111000 - Seats
- 39114000 - Parts of seats
- 50224100 - Reconditioning services of rolling stock seats
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The scope is for two lines (Central and Waterloo & City) quantity consisting of 18,525 passenger seats and 1,225 perch seats.
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: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
52
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
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
As a minimum, on satisfactory completion and successful shortlisting in the second stage of the supplier selection questionnaire. See tender pack for full details.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.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
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
10 May 2024
Local time
12:00pm
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: No
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunals Service
London
Country
United Kingdom