Section one: Contracting entity
one.1) Name and addresses
Transport for London
Palestra, 197 Blackfriars Road
London
SE1 8NJ
Contact
Mrs Marsha Pech
Telephone
+44 2030541455
Country
United Kingdom
Region code
UKI - London
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://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.duenorth.com
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TfL Stops and Shelters Supply, Install and Repair
Reference number
DN634424
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Transport for London (TfL) is seeking to award two contracts for the supply of bus stops and shelters including the installation, repair (including electrical testing of assets) services for shelters, stops, poster frames and other associated on-street infrastructure as outlined in this Contract Notice and as more particularly described in the procurement documents.
TfL has structured this opportunity into two Lots covering two geographical areas across Greater London; London – North and Central and London – South. Each Lot is comprised of a number of London Boroughs together with a number of other local authority areas outside of the London boundary (where a small number of assets are located).boundary.
Economic operators are permitted to request to participate in one or both Lots and, if invited to tender, will be permitted to submit tenders for one or both Lots. However, in order to provide resilience of supply, the same economic operator cannot be awarded a contract for both Lots (except that where the only compliant tender for each of the Lots is from the same economic operator, TfL reserves the right to proceed to award a contract for each of the Lots to the same economic operator). The award of the Lots will be based on the most economically advantageous solution across the two Lots. Further information in relation to the award rules is set out in the procurement documents.
two.1.5) Estimated total value
Value excluding VAT: £115,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Economic operators are permitted to request to participate in one or both Lots and, if invited to tender, will be permitted to submit tenders for one or both Lots. However, in order to provide resilience of supply, the same economic operator cannot be awarded a contract for both Lots (except that where the only compliant tender for each of the Lots is from the same economic operator, TfL reserves the right to proceed to award a contract for each of the Lots to the same economic operator). The award of the Lots will be based on the most economically advantageous solution across the two Lots. Further information in relation to the award rules is set out in the procurement documents.
two.2) Description
two.2.1) Title
North and Central
Lot No
1
two.2.2) Additional CPV code(s)
- 34928440 - Bus-stop posts
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
NUTS code: UKI LONDON
two.2.4) Description of the procurement
This contract relates to the delivery of services within the geographical area covered by the London Boroughs of Barking & Dagenham, Barnet, Brent, of Camden, Ealing, Enfield, Hackney, Hammersmith & Fulham, Haringey, Harrow, Havering, Hillingdon, Hounslow, Islington, Kensington & Chelsea, Lambeth, Newham, Redbridge, Southwark, Tower Hamlets, Waltham Forest, Wandsworth, Westminster and the City of London and the geographical areas covered by the following local authorities in the north: Three Rivers, Brentwood, Broxbourne, Epping Forest, Hertsmere, South Buckinghamshire, Slough, Spelthorne and Thurrock.
The contract scope includes the following:
- Supply of “Landmark London” shelters
- Provide a full design of the Performance shelter for TfL acceptance
- Supply of Performance shelter (once accepted by TfL)
Installation of new bus shelters, bus stops and advertising units
- Removal, relocation and modification of existing bus stops and shelters;
- Planned Inspections of TfL assets
- Maintenance and repair of TfL assets;
- Emergency site attendance/make safe of TfL assets;
- Updates to bus stops relating to bus route changes;
- Painting of bus shelters and other ancillary equipment;
- Supply, installation and maintenance of taxi posts and ancillary equipment;
- Replacement of solar shelter batteries/LEDs and ancillary equipment;
- Provision of initial electrical connection/testing certificates;
- Provision of electrical test/inspection certificates;
- Provision of electrical connections, disconnections and transfers
- Maintenance of electrical components within bus shelters;
- Provision of relevant Construction Design and Management Regulations 2015 (CDM) -related information – Construction Phase Health & Safety
- Plan, risk assessments/method statements, Health & Safety files;
- Perform the CDM Principal Designer and Principal Contractor roles;
- General design services;
- Production of manufacturing drawings;
- Production of structural calculations
- Use of TfL AMIS (Asset Management Information System and
Assurance and maintenance of tooling inventory.
- Collaborative and innovative approach to value engineering of TfL assets
Further detail on scope is set out in the procurement documents.
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: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2024
End date
1 January 2029
This contract is subject to renewal
Yes
Description of renewals
The subject matter of this contract is a continuing requirement. Such [supplies, works and services] will therefore continue to be required following expiry of these contracts but the procurement and contracting strategy may change.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the contract is five (5) years. TfL may extend the contracts beyond the initial term for up to three (3) years at its discretion.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value in Section II.2.6 represents the maximum estimated value of supplies, works and/or services anticipated to be awarded Lot 1. The estimated total value range for Lot 1 is GBP 57,000,000 to 75,000,000.
The intended start date of the contract is late summer 2023 for mobilisation with commencement of service delivery on 1 January 2024.
Economic operators should note TUPE (Transfer of Undertakings (Protection of Employment) Regulations 2006) is likely to apply to this contract.
The procurement process is being conducted on behalf of Transport for London (TfL). TfL operates as a functional body of the Greater London Authority under the direction of the Mayor of London. Economic operators should note that this procurement is being undertaken under the Negotiated Procedure as set out in Regulation 47 of the Utilities Contracts Regulations 2016.
To express an interest and participate in this opportunity, economic operators need to complete and submit a response to the Selection Questionnaire (SQ) by the deadline date in Section IV.2.2. To access the procurement documents and complete and submit the SQ, economic operators will need to be registered on the online e-tendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com.
Following the selection stage TfL will invite a minimum number of 4 and a maximum number of 5 candidates to submit tenders. Further details in relation to the selection of candidates are set out in the SQ provided as part of the procurement documents.
As part of TfL’s requirements, successful contractors will be required to provide two types of bus shelter: a shelter that meets the “Landmark London” design and a second shelter that meets, as a minimum, the “Performance” design (both designs are owned by TfL and details are provided as part of the procurement documents). The “Performance” shelter is expected to be a cost-effective alternative shelter to the “Landmark London” design shelter. During the tender stage for this procurement, tenderers will be required to provide a high-level concept design which meets TfL’s “Performance” specification and, following contract award, provide a full design for TfL acceptance during contract mobilisation. During the life of the contracts, successful contractors will also be required to modify and improve the “Landmark London” design.
The values in Section II.1.5 and Section II.2.6 (for both Lot 1 and Lot 2) represent the maximum estimated value of supplies, works and/or services anticipated to be awarded across both contracts or under the relevant Lot (as applicable). The estimated total value range across both contracts is 86,000,000 GBP to 115,000,000 GBP.
TfL reserves the right to withdraw from the procurement process and may award contracts in whole, in part or not at all as a result of this call for competition. TfL shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process.
Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling, unless otherwise advised.
TfL embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership.
Please note that all communications and clarifications regarding this procurement should be sent via the online e-tendering portal.
Economic operators must read the instructions carefully before proceeding with registration. Video tutorials, FAQ’s and help pages are included in the Help Centre ‘Responding to Tenders’ section of the e-tendering website (https://supplierhelp.due-north.com/).
For further assistance consult the online help, contact ‘log a ticket’ on the supplier support portal (http://www.proactis.com/Support), or send a message to TfL via the clarifications area on the portal.
Note that a subsequent tendering opportunity in relation to servicing of bus stops and shelter assets, including cleaning, graffiti removal and publicity posting, will be advertised under a separate Contract Notice in due course.
two.2) Description
two.2.1) Title
South
Lot No
2
two.2.2) Additional CPV code(s)
- 34928440 - Bus-stop posts
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
NUTS code: UKI LONDON
two.2.4) Description of the procurement
This contract relates to the delivery of services within the geographical area covered by the London Boroughs of Bexley, Bromley, Croydon, Greenwich, Kingston upon Thames, Lewisham, Merton, Richmond upon Thames and Sutton and the geographical areas covered by the following local authorities: Dartford, Epsom & Ewell, Elmbridge, Mole Valley, Reigate & Banstead, Sevenoaks, Tandridge.
The contract scope includes the following:
- Supply of Landmark London shelters
- Provide a full design of the “Performance” shelter for TfL acceptance
- Supply of “Performance” shelter (once accepted by TfL)
Installation of new bus shelters, bus stops and advertising units
- Removal, relocation and modification of existing bus stops and shelters;
- Planned Inspections of TfL assets
- Maintenance and repair of TfL assets;
- Emergency site attendance/make safe of TfL assets;
- Updates to bus stops relating to bus route changes;
- Painting of bus shelters and other ancillary equipment;
- Supply, installation and maintenance of taxi posts and ancillary equipment;
- Replacement of solar shelter batteries/LEDs and ancillary equipment;
- Provision of initial electrical connection/testing certificates;
- Provision of electrical test/inspection certificates;
- Provision of electrical connections, disconnections and transfers
- Maintenance of electrical components within bus shelters;
- Provision of relevant CDM-related information – Construction Phase Health & Safety
- Maintenance and repair of tram shelter assets
- Plan, risk assessments/method statements, Health & Safety files;
- Perform the CDM Principal Designer and Principal Contractor roles;
- General design services;
- Production of manufacturing drawings;
- Production of structural calculations
- Use of TfL AMIS (Asset Management Information System
- Assurance and maintenance of tooling inventory.
- Collaborative and innovative approach to value engineering of TfL assets
all as more particularly described in the procurement documents.
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: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2024
End date
1 January 2029
This contract is subject to renewal
Yes
Description of renewals
The scope of the services required by the Contracting Authority is a continuing requirement. Such services will continue to be required following expiry of these contracts but the procurement and contracting strategy may change.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
TfL may extend the contracts beyond the initial term for up to three years at its discretion.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value in Section II.2.6 represents the maximum estimated value of supplies, works and/or services anticipated to be awarded across Lot 2.The estimated total value range for Lot 2 is 29,000,000 GBP to 40,000,000 GBP
The intended start date of the contract is late summer 2023 for mobilisation with commencement of service delivery on 1 January 2024.
Economic operators should note TUPE (Transfer of Undertakings (Protection of Employment) Regulations 2006) is likely to apply to this contract.
The procurement process is being conducted on behalf of Transport for London (TfL). TfL operates as a functional body of the Greater London Authority under the direction of the Mayor of London. Economic operators should note that this procurement is being undertaken under the Negotiated Procedure as set out in Regulation 47 of the Utilities Contracts Regulations 2016.
To express an interest and participate in this opportunity, economic operators need to complete and submit a response to the Selection Questionnaire (SQ) by the deadline date in Section IV.2.2. To access the procurement documents and complete and submit the SQ, economic operators will need to be registered on the online e-tendering portal. To register or to check if you are already registered log on to https://procontract.due-north.com.
Following the selection stage TfL will invite a minimum number of 4 and a maximum number of 5 candidates to submit tenders. Further details in relation to the selection of candidates are set out in the SQ provided as part of the procurement documents.
As part of TfL’s requirements, successful contractors will be required to provide two types of bus shelter: a shelter that meets the “Landmark London” design and a second shelter that meets, as a minimum, the “Performance” design (both designs are owned by TfL and details are provided as part of the procurement documents). The “Performance” shelter is expected to be a cost-effective alternative shelter to the “Landmark London” design shelter. During the tender stage for this procurement, tenderers will be required to provide a high-level concept design which meets TfL’s “Performance” specification and, following contract award, provide a full design for TfL acceptance during contract mobilisation. During the life of the contracts, successful contractors will also be required to modify and improve the “Landmark London” design.
The values in Section II.1.5 and Section II.2.6 (for both Lot 1 and Lot 2) represent the maximum estimated value of supplies, works and/or services anticipated to be awarded across both contracts or under the relevant Lot (as applicable). The estimated total value range across both contracts is 86,000,000 GBP to 115,000,000 GBP.
TfL reserves the right to withdraw from the procurement process and may award contracts in whole, in part or not at all as a result of this call for competition. TfL shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process.
Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling, unless otherwise advised.
TfL embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership.
Please note that all communications and clarifications regarding this procurement should be sent via the online e-tendering portal.
Economic operators must read the instructions carefully before proceeding with registration. Video tutorials, FAQ’s and help pages are included in the Help Centre ‘Responding to Tenders’ section of the e-tendering website (https://supplierhelp.due-north.com/).
For further assistance consult the online help, contact ‘log a ticket’ on the supplier support portal (http://www.proactis.com/Support), or send a message to TfL via the clarifications area on the portal.
Note that a subsequent tendering opportunity in relation to servicing of bus stops and shelter assets, including cleaning, graffiti removal and publicity posting, will be advertised under a separate Contract Notice in due course.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-020758
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 October 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 December 2022
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: 8 (from the date stated for receipt of tender)
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
High Court Royal Courts of Justice
The Strand
WC2A 2LL
Country
United Kingdom