Section one: Contracting entity
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Carl Osborne
Telephone
+44 7894328252
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
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
Bus Driver Facilities Framework
Reference number
WS1370725066 / tfl_scp_001893
two.1.2) Main CPV code
- 44211100 - Modular and portable buildings
two.1.3) Type of contract
Supplies
two.1.4) Short description
This procurement is to appoint a single supplier to a Framework Agreement for the manufacture and supply of toilet cabins for bus drivers (hereafter called Bus Driver Facilities or BDFs) on the London bus network.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44211000 - Prefabricated buildings
- 45215500 - Public conveniences
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
This is a competitive procurement for the award of a Framework Agreement to a single supplier for the manufacture and supply of toilet cabins for bus drivers (hereafter called Bus Driver Facilities or BDFs) on the London bus network. The cabins will be manufactured to a TfL owned design with design modifications provided by the supplier. Note that installation of the BDFs shall be carried out by TfL's highway maintenance contractors.
The procurement is being conducted pursuant to the Restricted Procedure of the Utilities Contracts Regulations 201 ("UCR 2016"). At the end of this procurement process, TfL may choose to award a Framework Agreement with a Supplier. The Framework Agreement which Transport for London awards will be to the bidder who submitted the most economically advantageous tender.
TfL intends to select up to four prospective suppliers to go forward to receive the Invitation To Tender (ITT) as further described in the Tender documents.
The evaluation will award the Framework Agreement to the supplier with the Most Economically Advantageous Tender (MEAT), a combination of technical, financial, environmental and health and safety criteria. The award of the contract will be in Autumn 2023.
On appointment, it is envisaged that a defined period for a design process will be required to allow the contractor to create a prototype BDF to replicate the current design, incorporate any improvements or updates in order to meet current regulatory standards.
The supplier will also be expected to be engaged and contribute material for planning permissions for permanent units in certain locations, providing the necessary visualisations, plans and material descriptions of the unit as required.
The designs will be submitted to TfL Engineering for review and assurance at a series of agreed dates. The periods for review and reply are defined by a TfL standard for this process which undergoes review by subject matter experts for each part of the design - structural, architectural, mechanical and electrical, public health, clean water supply and distribution and waste-water sewer connection as well as design of the streetscape elements, civils foundations and highway safety aspects. TfL have a series of standards to which reference will be made. These will also define the processes of assurance and review and set the required timescales.
Tender documents will be provided electronically via TfL's e-tendering portal SAP Ariba.
Responses should be submitted electronically via TfL's e- tendering portal SAP Ariba.
Interested Suppliers / Tenderers are to register with SAP Ariba via TfL's Supplier self-registration link, in order to participate in the tender process,
https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL.
SAP Ariba Supplier Registration Help Page:
If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk
NB: ONCE REGISTERED, TENDERERS MUST SEND THEIR REGISTRATION DETAILS TO THE CONTACT EMAIL IN SECTION 1 OF THIS NOTICE IN ORDER TO BE INVITED TO TENDER FOR THE OPPORTUNITY.
Tenderers must also click 'Intend to Bid' in order to fully register against the contract opportunity.
TfL will not be liable to any person for any costs whatsoever incurred in the preparation of bids or in otherwise responding to the Invitation to Tender (ITT).
The contract value stated on this notice is an estimate range based on forecast purchase volumes and does not represent a promise or any guarantee to those amounts.
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: £4,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
6 November 2023
End date
6 November 2028
This contract is subject to renewal
Yes
Description of renewals
Retendered following expiry of previous framework.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
Selection will take place through completion of the Supplier Questionnaire (SQ) whereby potential suppliers will be evaluated against criteria.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract may be extended for up to a further 24 months up to a maximum of 7 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 eTendering portal.
Award criteria are as stated in the procurement documents.
Applicants should note that they will be required to supply audited accounts.
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
Objective rules and criteria for participation as stated in the procurement documents.
three.1.6) Deposits and guarantees required
As detailed in the procurement documents.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
As detailed in the SQ and procurement documents.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As detailed in the SQ and procurement documents.
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
Restricted procedure
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 a single operator
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: 2017/S 191-391065
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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.3) Additional information
Providing toilets meets a basic human need for staff and improves the service for customers by avoiding the need for unscheduled breaks mid-route thereby causing delays. It also removes the risk of potential distractions for bus drivers, ensuring they can drive safely. This procurement meets the Mayoral commitment to install and maintain BDFs across London, where there are currently none available or are life expired.
When TfL plans to conduct a bus route change, a commitment has been made that the toilet provision for that route will not be made worse. This means that BDFs are required to be installed where a service change moves a route that had a facility to a stand that does not currently have one. To date, BDFs have been installed in 96 sites across London.
The TfL design meets its functional, spatial, material and maintenance demands. It is a small unit that can be installed on the footway close to bus stands where space is often at a premium. It is also less obtrusive, a key planning consideration at many locations where there can be local sensitivity. The BDF has also been specifically designed to ensure that it can replace the existing units when they are life expired without the need for the foundation and utility connections to be redesigned with associated increased cost - an off the shelf unit would require this. In addition, by having a standard unit, the whole life cost is reduced through use of common components and parts and therefore maintenance is easier.
Lessons have been learned and an appreciation for the changing levels of need related to changes in bus routes and the demand for new toilets in new locations, which can vary considerably in their contexts has helped develop the new brief for the design of different configurations of the unit and the expected numbers that will need to be manufactured to meet demand.
The design of these new configurations will be a collaborative process between TfL Engineering's Built Environment and other Engineering disciplines who will carry out early concept design intent drawings and document and pass these to the appointed supplier for detailed design. These are as follows;-
• Temporary BDFs with solar panels and plinth septic tank
• Permanent BDFs (for full connection to public utilities)
• Permanent BDFs with solar panels
• Permanent BDFs with alternative door locations and
• Permanent BDFs arranged in multiples. These may be side-by-side or back-to-back
The scope of this contract also includes the provision for ancillary good and services including but not limited to the supply of spare parts and materials, delivery, maintenance, repairs, storage and services to support design modifications, planning applications and other management and planning services.
Tenders must remain capable of acceptance in accordance with the Tender documentation for a period of 6 months from the date stated in the Tender documentation.
Each response must be submitted electronically via the e-Tendering portal
Information about authorised persons and opening procedure:
Tender Submissions will be checked initially for compliance with the Tender documentation and for completeness. Clarification may be sought from Tenderers. TfL reserves the right to reject any Tenders that are not, upon receipt, compliant with, and in the format specified in the Tender Documents. It is recommended that the bidder undertakes its own checks for content and compliance before submitting the Tender.
TfL reserves the right without notice to change the procurement process detailed in the Tender documents or to amend the information provided, including, but not limited to, changing the timetable, the scope and nature of the procurement and the procurement process. This will be subject to the normal rules of public law and transparency.
Moreover, TfL reserves the right to provide further information or to supplement and / or to amend the procurement process for the Tender documents. Tenderers enter this procurement process at their own risk. TfL shall not accept liability nor reimburse a tenderer for any costs or losses it incurs in relation to its participation in the procurement process, regardless of whether or not TfL has made changes to the procurement process.
TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise.
The Contracting Authority strongly encourages those interested in tendering to undertake their activities in line with Responsible Procurement principles. Further information on TfL's Responsible Procurement policies can be found on the following website: https://tfl.gov.uk/corporate/publications-and-reports/procurement-information.
The UK government has announced its commitment to greater data transparency. Accordingly, TfL reserves the right to publishing its tender documents, contracts and data from invoices received. In doing so, TfL may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004.
To request access to the procurement documents, please contact the person named in section I.1.
Further information on TfL may be found at www.tfl.gov.uk.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
London
Country
United Kingdom