Section one: Contracting entity
one.1) Name and addresses
Transport for London
5
Endeavour Square
E20 1JN
Contact
Mrs Lesley Rossi
LondonOvergroundProcurement@TfL.gov.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
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