Planning

London Overground Infrastructure Maintenance Contract (IMC3)

  • Transport for London

F04: Periodic indicative notice – utilities (periodic indicative notice only)

Notice identifier: 2022/S 000-032177

Procurement identifier (OCID): ocds-h6vhtk-030200

Published 14 November 2022, 12:21pm



Section one: Contracting entity

one.1) Name and addresses

Transport for London

5

Endeavour Square

E20 1JN

Contact

Mrs Lesley Rossi

Email

LondonOvergroundProcurement@TfL.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.6) Main activity

Other activity

Railway Public Transport Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

London Overground Infrastructure Maintenance Contract (IMC3)

Reference number

DN642310

two.1.2) Main CPV code

  • 50220000 - Repair, maintenance and associated services related to railways and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Rail for London Ltd (RfL) is inviting companies to participate in a market engagement

exercise for the London Overground Infrastructure Maintenance Contract (IMC3)

The scope for the IMC3 contract is expected to cover the East London Line (ELL) Core Route

(between north from Dalston Junction station (Sectional Appendix at mileage 2 miles 17

chains) and New Cross Station, New Cross Gate and Old Kent Road Junction) maintenance

(planned and reactive), faulting and renewals for permanent way, signaling,

telecommunications, electrification, power supplies, mechanical, electrical, pumps &

drainage, lifts & escalators and civil & structures, together with maintenance works at the

depot facilities at New Cross Gate including the Silwood Facility, Wembley C Sidings and 24

West Anglia Inner Stations (between Bethnal Green to Enfield, Chingford and Theobalds

Grove)The scope further includes access and possession planning to facilitate the above.

Prior to commencing the tender process, RfL has decided to consult the market via a Market

Sounding Questionnaire (MSQ) in order to:

1) Provide notice and generate interest in IMC3

2) Gauge Supplier appetite for the contract and capacity to deliver the services; and

3) Gather feedback on the proposed scope and terms and conditions prior to the finalization

of the contract documents.

If you would like to participate in this market engagement event, please visit

https://procontract.due-north.com/Login and register your interest no later than 12.00 noon Tuesday 13th December 2022

The terms of the market engagement are listed below

Please note that the contracting authority for this contract will be Rail for London.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34632300 - Electrical installations for railways
  • 34946000 - Railway-track construction materials and supplies
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45315400 - High voltage installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 50225000 - Railway-track maintenance services
  • 50330000 - Maintenance services of telecommunications equipment
  • 50511000 - Repair and maintenance services of pumps
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 71311100 - Civil engineering support services
  • 71312000 - Structural engineering consultancy services
  • 71351500 - Ground investigation services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 71631450 - Bridge-inspection services
  • 71631470 - Railway-track inspection services
  • 90491000 - Sewer survey services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The scope of the IMC captures all infrastructure assets controlled directly by London

Overground on behalf of TfL. These assets comprise of the East London Line core route and

stations, as well as the West Anglia Inner Stations transferred to TfL on long lease

agreements from Network Rail. It does not relate to any infrastructure used by London

Overground (LO) services operated on Network Rail Infrastructure via a track access

agreement, apart from the depot facility at Wembley European Freight Operating Centre and

the section of the ELL between Highbury & Islington and Dalston Curve where RfL is

responsible for maintenance of the signal and telecommunication assets only. The scope

further includes access and possession planning for the above.

The infrastructure assets currently within IMC scope include all the permanent way,

signaling, telecommunications, electrification, power supplies, mechanical, electrical,

pumps & drainage, Lifts & Escalators and civil & structures on the East London Line Core

Route, ELL Highbury & Islington to Dalston Curve (only signaling and telecoms) depot

facilities at New Cross Gate & Wembley C Sidings (excluding electrification assets) and

Landlord maintenance responsibilities at the thirty two London Overground Stations. Two

stations on the Core Route at Whitechapel and Canada Water continue to be managed and

maintained by London Underground Ltd (LUL), with the exception of some platform

communication and Customer Information Systems assets which became LO responsibility.

Terms of the market engagement

RfL will manage this process in an open and transparent manner. Interested parties will not

be prejudiced by any response or failure to respond to the market engagement exercise.

Direct or indirect canvassing of any employee or agent of RfL, TfL or any TfL group company

by any company concerning this requirement, or any attempt to procure information from

any such employee or agent concerning this PIN outside of the formal process described in

this document may result in the disqualification of the company from consideration of any

future procurement activity.

This PIN is issued solely for the purposes of the market engagement. No information

contained in this document or provided during and for the market engagement exercise,

constitutes any commitment by RfL, TfL or any other member of the TfL group or any of its or

their stakeholders to undertake any procurement exercise in the future.

This PIN does not constitute a call for competition to procure any services, supplies or works

for RfL and RfL is not bound to and may or may not adopt or include any proposals offered by

participating parties in any future procurement.

Participating suppliers acknowledge and agree that proposals offered may be

communicated to other participating parties and tenderers in any future procurement. RfL is

not liable for any costs, fees or expenses incurred by any party participating in the market

engagement. Any future procurement of any services, supplies or works by RfL will be carried

out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016.

If you would like to participate in this preliminary market consultation, please register at

https://procontract.due-north.com/Login to submit your confirmation of interest to this PIN

by 12.00 noon on Tuesday 13th December 2022.

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

This contract is subject to renewal

Yes

Description of renewals

It is likely that Rail for London Limited will require an ongoing provision for a Infrastructure

Maintenance supplier following the end of the IMC3 contract.

The duration of the IMC3 contract shall be 8 years. The initial term of the contract will be 5

years which can be extended at the discretion of RfL by a further 3 years in 12-month

intervals.

two.3) Estimated date of publication of contract notice

28 April 2023


Section four. Procedure

four.1) Description

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: 2021/S 000-031369

four.2.2) Time limit for receipt of expressions of interest

Date

13 December 2022

Local time

12:00pm