Section one: Contracting entity
one.1) Name and addresses
Docklands Light Railway Limited
5 Endeavour Square
London
E20 1JN
Country
United Kingdom
NUTS code
UK - United Kingdom
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://lucpd.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://lucpd.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Docklands Light Railway Rolling Stock Replacement Programme - Beckton Depot Maintenance Facility Building and Southern Sidings Works
two.1.2) Main CPV code
- 45234112 - Railway depot construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The DLR Rolling Stock Replacement Programme requires a Contractor to undertake the construction of a new Maintenance Facility Building at Beckton Depot.
The works also include the construction of the Southern Sidings, 3 new stabling roads in the south of Beckton Depot. These works were previously notified under Contract Notice 2019/S 105-257207.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45213320 - Construction work for buildings relating to railway transport
- 45220000 - Engineering works and construction works
- 45234116 - Track construction works
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
18 Armada Way, Beckton Depot, London, E6 7AB
two.2.4) Description of the procurement
The DLR Rolling Stock Replacement Programme requires a Contractor to provide the construction of a new Maintenance Facility Building at Beckton Depot. The design for these works is being progressed to a detailed design level, which will be provided at tender. These works include land remediation, ground works, civils works, power, track, power, mechanical and electrical works, as well as all works associated with the fit out of the constructed maintenance shed. The works also include the provision of depot plant and equipment required for future train maintenance activities.
The works also include the construction of the Southern Sidings, 3 new stabling roads in the south of Beckton Depot. These works have also been designed through to detailed design, which will be provided at tender stage. These works include civils, communications systems, signalling, permanent way/track alignment, traction services, electrical and mechanical services.
Further information can be found in the SQ Pack made available through the BRAVO e-Sourcing portal.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 65%
Quality criterion - Name: Commercial / Weighting: 35%
Cost criterion - Name: Most Economically Advantageous Tender / Weighting: 100%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 March 2022
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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.1.6) Deposits and guarantees required
If successful, Applicants will be required to provide the Authority with a guarantee (PCG) from its ultimate global parent company at the time of entering into contract. If the Applicant has no ultimate parent company then no PCG will be required. The signed PCG must be provided by the Contractor at the time of Contract Execution. If a form of guarantee is deemed to be required and the Contractor does not have a parent company a Performance Bond will be required by way of alternative.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Details of the payment arrangements can be found in the draft contractual terms which are included in the SQ Pack.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The contract performance conditions can be found in the draft contractual terms which are included in the SQ Pack.
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: 2018/S 248-574563
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 August 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 November 2021
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.3) Additional information
The procurement process is being conducted by Docklands Light Railway Limited (DLR) which is part of the Transport for London (TfL) Group. TfL operates as a functional body of the Greater London Authority (GLA) under the direction of the Mayor of London.
Applicants shall note the following:
— All applicants are required to express an interest by registering on the eSourcing Portal (www.lucpd.bravosolution.co.uk). Registering is only required once,
— All applicants must complete the Selection Questionnaire (SQ) on the eSourcing Portal.
Registering:
Applicants should browse to the eSourcing Portal and complete the following:
a) Click the ‘Click here to register' link;
b) Accept the terms and conditions and click ‘continue';
c) Enter your business and user details;
d) Note the username you use and click ‘Save' when complete;
e) You will then receive an e-mail with your unique password.
Access to the Selection Questionnaire (SQ) and SQ pack:
a) Login to the eSourcing Portal with your unique Username and password;
b) Click on the ‘PQQs Open to All Suppliers' link;
c) Click on the relevant titled Pre-qualification item;
d) Click the ‘Express Interest' button in the ‘Actions' box on the left hand side of the page (this will move the prequalification pack into the applicants ‘My PQQ' box) - this is a secure area for projects only;
e) Click on the PQQ code - the applicant can now access any attachments by clicking the ‘Settings and Buyer Attachments' in the Actions box;
f) Download the documents relating to the prequalification questionnaire. Click ‘Attachments' on the left hand side. The number in brackets refers to number of documents that need to be downloaded. Click on the bold and underlined filename. Select ‘Save' and store on your PC.
Responding to the SQ:
a) The applicants must now choose ‘Reply' or ‘reject' (please give a reason if rejecting);
b) Applicants must use the messages functions to communicate with DLR or seek clarification;
c) Please note the deadline for completion, this is a precise time and the eSourcing portal will reject an applicant's prequalification questionnaire if it is submitted after this time;
d) Applicants should click ‘Publish' when they wish to submit the final completed prequalification questionnaire. Please note that there is detailed online help.
For further assistance contact the BravoSolution helpdesk which is available Monday to Friday (8am to 6pm) BST on a) email – help@bravosolution.co.uk or b) telephone –0800 368 4850, or outside UK +44 (0)20 3349 6601.
DLR will use the information provided to select applicants to be invited to tender for the contract. A response to this notice does not guarantee that an applicant will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to DLR. DLR does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. Any contract let by DLR may contain provision that the contract may be extended at DLR's discretion. DLR shall not be liable for any costs or expenses incurred by any applicant in considering and / or responding to the procurement process.
Any applicant who:
— provides information or confirmations which later prove to be untrue or incorrect, or
— does not supply the information required by this notice or by the Selection Questionnaire and the SQ pack, or as otherwise required by DLR during the award process, or
— by reference to Regulation 80 of the UK Utilities Contracts Regulations 2016 fails any one or more of the criteria set out in Regulation 57 of the UK Public Contracts Regulations 2015
Will be disqualified.
DLR reserves the right to require the submission of any additional, supplementary or clarification information as it may, in its absolute discretion, consider appropriate.
Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling
six.4) Procedures for review
six.4.1) Review body
Docklands Light Railway Limited
London
Country
United Kingdom