Tender

Engineering Quality Management (EQM)

  • Transport for London

F05: Contract notice – utilities

Notice identifier: 2023/S 000-016216

Procurement identifier (OCID): ocds-h6vhtk-03bef1

Published 7 June 2023, 10:15pm



Section one: Contracting entity

one.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

Clive Edwards

Email

clive.edwards@tfl.gov.uk

Telephone

+44 7702109165

Country

United Kingdom

Region code

UKI - London

Transport for London

Transport Authority

Internet address(es)

Main address

https://www.tfl.gov.uk

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.

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Engineering Quality Management (EQM)

Reference number

TfL_SCP_002345

two.1.2) Main CPV code

  • 50113200 - Bus maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

TfL has a requirement to provide an Engineering Quality Monitoring (EQM) system which

encompasses vehicle inspection for London Buses, Dial-a-Ride vehicles and rail replacement

buses inclusive of service records inspection and site examinations.

TfL are intending to undertake Market Engagement to help develop their understanding of

the market in this sector, in particular the capability for interested parties to provide the

EQM

requirement. For more details about this event and to register your interest please email

clive.edwards@tfl.gov.uk for further information

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

EQM requires independent inspectors to carry out unannounced garage-based inspections of buses.

two.2.4) Description of the procurement

EQM allows London Bus Services Limited to monitor the fleet condition, spot trends and help deliver a safe and reliable service to agreed standards and specification. EQM also allows bus operators to address concerns about specific vehicles, identify deficiencies in garage processes and compare their performance with those of other operators.

In addition to regular routine vehicle roadworthiness inspections, there is a requirement to provide assurance assessments of Bus Operators approach and capability to continuously maintain vehicle roadworthiness standards in the following categories, defined as a Maintenance Systems and Workshop Assessment Inspection.

Company Policy & Operator Licence

Vehicle Inspection & Management Systems

Maintenance Facilities & Equipment

Staff Skills, Knowledge, and Competencies

The scope of EQM is to also include vehicle inspection services that assess OEM's new bus deliveries comply with the LBSL New Bus Specification and Bus Safety Standard.

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 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:

https://help.sap.com/docs/ARIBA_NETWORK_SUPPLIERS/ddd75910f67b4212b1c83f9d68cd2f01/de32f3eaf0181014be26e0d2a68be9ef.html.

If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk

IMPORTANT NOTICE: ONCE REGISTERED, TENDERERS MUST SEND THEIR REGISTRATION DETAILS TO THE CONTACT EMAIL IN SECTION 1 OF THIS NOTICE IN ORDER TO VIEW THE OPPORTUNITY AND SUBMIT A RESPONSE.

Tenderers must also click 'Intend to Bid' in order to fully register against the contract opportunity.

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

60

This contract is subject to renewal

Yes

Description of renewals

There is an extension option of 12 months and after that, the services will have to be re-procured in its entirety.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is an extension option of 12 months that can be utilised at the end of the contract

period

.

two.2.14) Additional information

The contracts resulting from this procurement may be awarded by and may be for the benefit

of other contracting authorities.

Tender documents will be provided electronically via TfL's SaP Ariba portal at [ ]

Selection criteria are as stated in the descriptive documents

TfL is conducting this procurement pursuant to the Utilities Contracts Regulations 2016

Information about authorised persons and opening procedure:

Both the Standard Selection Questionnaire (SSQ) and Invitation to Tender (ITT) submissions

will be checked initially for compliance and completeness. Clarification may be sought from

Tenderers. TfL reserves the right to reject any submissions that are not, upon receipt,

compliant with, and in the format specified in the ITT. It is recommended that the Tenderer

undertakes its own checks for content and compliance before submitting the Tender.

Page 8 to 10

TfL reserves the right without notice to change the procurement process detailed in both the

SQ and ITT 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 SQ and ITT. 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 contract or contracts (if any) resulting from this procurement process may be awarded

by and may be for the benefit of the Contracting Authority and/or any of its subsidiaries.

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, the Contracting Authority reserves the right to publishing its tender

documents, contracts and data from invoices received. In doing so, the Contracting

Authority 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.

Further information on TfL may be found at HYPERLINK

"https://www.tfl.gov.uk/"www.tfl.gov.uk


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


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 000-010859

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 June 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 July 2023

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.4) Procedures for review

six.4.1) Review body

Transport for London

London

Country

United Kingdom