Section one: Contracting entity
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Liam Hughes
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
Access to the procurement documents is restricted. Further information can be obtained 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
Elephant & Castle Station Capacity Upgrade
two.1.2) Main CPV code
- 45221247 - Tunnelling works
two.1.3) Type of contract
Works
two.1.4) Short description
Transport for London Limited is undertaking it's procurement for Stage 1 of the Station Capacity upgrade at Elephant & Castle Station and would like to advertise the opportunity through the publication of this Contract Notice. This follows the pre procurement market engagement and Industry day that was held on the 27th of May 2022 following the publication of the Periodic Indicative Notice reference; 2022/S 000-011076, and the further market engagement and Industry day that was held on the 17th of March 2023 following the publication of the Periodic Indicative Notice reference; 2023/S 000-004794.
Elephant & Castle Station Capacity Upgrade is a key element of the Mayor's 2018 Transport Strategy to deliver step-free access and capacity improvement across the London Underground network. The station upgrade forms part of the wider redevelopment of Elephant & Castle as further described in the procurement documents, and is essential to support the delivery of over 10,000 new jobs and 5,000 new homes across the Elephant & Castle opportunity area.
IMPORTANT: All interested organisations are required to express their interest via the project specific email address: ecscu@tfl.gov.uk. A Confidentiality Agreement will then be required to be completed (unchanged) prior to receiving access to the procurement documents as these contain information which is confidential to TfL. Once the Confidentiality Agreement has been returned, interested organisations will be invited to the sourcing event on SAP Ariba and will have full access to the procurement documents. Further details are included within section II.2.14 below.
Organisations wishing to participate in this opportunity will then be required to provide their responses to the Standard Selection Questionnaire (SSQ) via SAP Ariba by no later than 12:00 noon on the 05th of June 2023.
Further information on the Elephant & Castle Station Capacity Upgrade Project can be obtained at: https://tfl.gov.uk/travel-information/improvements-and-projects/elephant-and-castle-station
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45221240 - Construction work for tunnels
- 45221247 - Tunnelling works
- 45221248 - Tunnel linings construction work
- 45262310 - Reinforced-concrete work
- 45315100 - Electrical engineering installation works
- 71311000 - Civil engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London Borough of Southwark
two.2.4) Description of the procurement
The Elephant & Castle project requirements have been set out to achieve the following;-
- Provide a new integrated ticket hall integrated within the Elephant & Castle shopping centre redevelopment, replacing the current Northern Line ticket hall and entrance, and safeguarding for future planned upgrades to the Bakerloo Line.
- Deliver enhanced capacity to support long term growth across the Elephant & Castle Opportunity in the E&C area to meet projected increase in NL demand for year 2031 (+30%) to support the projected new homes and jobs.
- Optimise passenger journey times
- Provide Step-Free Access (SFA) from street to train (both NL platforms)
- Improve emergency evacuation conditions for the Northern Line areas
- Improve ambience and passenger experience
- Deliver in two Stages, early enabling and civils construction (Stage 1) and fit out/bringing into use (Stage 2)
TfL will be seeking to appoint a single supplier to deliver Stage 1 as part of this procurement process for the Station Capacity Upgrade at Elephant & Castle Station which will incorporate the following elements of works;
- the design and construction of new connecting passenger tunnels between the new Station Box and the existing London Underground Station, including the associated enabling works.
- the design and construction of sections of the new station box temporarily omitted (by the Developer from the construction of the new station box) to facilitate the Tunnelling Works.
Additional Options set within the Contract to instruct;-
- the design and delivery of localised premises and MEP works to implement the temporary condition at the interface between the new tunnels and the existing station.
and as more amply defined within the procurement documentation.
The scope for Stage 2 fit-out/bringing into use does not form part of the scope for this procurement.
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
42
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
A maximum of 4 Bidders will be shortlisted to the Invitation to Tender (ITT) stage following evaluation of the Standard Selection Questionnaire (SSQ) stage.
And as further detailed within the procurement documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Additional Options set within the Contract to instruct;-
- the design and delivery of localised premises and MEP works to implement the temporary condition at the interface between the new tunnels and the existing station.
and as more amply defined within the procurement documentation.
two.2.14) Additional information
TfL have recently switched to a new sourcing system, SAP Ariba, meaning that TfL's processes are now different to those that suppliers may be familiar with. To be able to participate, suppliers must be registered on SAP Ariba.
To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw. Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk
If you should encounter any issues then please contact the project specific email address above.
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
IMPORTANT: All interested organisations are required to express their interest via the project specific email address: ecscu@tfl.gov.uk. A Confidentiality Agreement will be required to be completed (unchanged) prior to receiving access to the procurement documents as these contain information which is confidential to TfL. Once the Confidentiality Agreement has been returned, interested organisations will be invited to the sourcing event on SAP Ariba and will have full access to the procurement documents. Further details are included within section II.2.14.
Organisations wishing to participate in this opportunity will then be required to provide their responses to the Standard Selection Questionnaire (SSQ) via SAP Ariba by no later than 12:00 noon on 05th of June 2023.
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.1.6) Deposits and guarantees required
A parent company guarantee and/ or performance bond may be required. Full details to be provided in the Invitation to Tender Documents.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment will be in GB Pounds Sterling and will be by means of electronic fund transfer. Full details to be provided in the Invitation to Tender Documents.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
No special legal form is required, however in the event that a group of contractors submitting an acceptable offer as a Joint Venture, it will be necessary to provide an undertaking that each company will be jointly and severally responsible for the due performance of the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The contract awarded to be based upon the NEC3 ECC Option C form of contract with appropriate z-clause amendments and secondary optional clauses. Full details are provided in the Invitation to Tender Documents.
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.1.8) 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: 2023/S 000-004794
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 June 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 July 2023
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: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunal Service
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any appeals should be promptly brought to the attention of TfL's commercial lead named in this notice at the address specified in Section I) above and will be dealt with in accordance with the requirements of the Utilities Contracts Regulations 2016.
Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Utility Contracts Regulations 2016. In accordance with the Utility
Contracts Regulations 2016, TfL will also incorporate a minimum 10 calendar days standstill period from the date information on the award of contracts is communicated to tenderers.