Section one: Contracting authority
one.1) Name and addresses
Transport for Greater Manchester
Transport for Greater Manchester, 2, Piccadilly Place,
Manchester
M1 3BG
Contact
Mr David Gregg
Telephone
+44 1612441000
Country
United Kingdom
NUTS code
UKD - North West (England)
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.due-north.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Manchester Metrolink -Tram Safety Improvement Programme (TSIP)
Reference number
DN642156
two.1.2) Main CPV code
- 34990000 - Control, safety, signalling and light equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
TfGM is seeking to procure a single contract to deliver a Tram Safety Improvement System consisting of a Driver Vigilance Device (DVD) and a Tram Overspeed Prevention System (TOPS).
This could be one system that is able to deliver both functions or two separate systems.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34630000 - Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
- 34990000 - Control, safety, signalling and light equipment
- 50000000 - Repair and maintenance services
- 51000000 - Installation services (except software)
- 60210000 - Public transport services by railways
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
TfGM is seeking to procure a single contract to deliver a Tram Safety Improvement System consisting of a Driver Vigilance Device (DVD) and a Tram Overspeed Prevention System (TOPS). This could be one system that is able to deliver both functions or two separate systems.
The contract itself will cover design, installation, testing and commissioning, with the provision (at TfGM's discretion) for servicing and maintenance.
The requirements are driven by an RAIB recommendations report with the requirements to be addressed by all UK Tram / Light Rail Networks.
The purpose of the TOPS is to satisfy the requirements of RAIB recommendation 3, extract provided below:
“The intent of this recommendation is to prevent serious accidents due to excessive speed at high risk locations on tramways. These locations are likely to include all locations where a substantial speed reduction is required by trams approaching at relatively high speed…”
The purpose of the DVD is to satisfy the requirements of RAIB recommendation 4, extract provided below:
“The intent of this recommendation is to reduce the likelihood of serious accidents due to tram drivers becoming inattentive because of fatigue or other effects. Existing tram systems relying on drivers applying forces to driving controls (driver safety devices) do not necessarily detect an inattentive driver.
Following SQ response TfGM intend to issue ITN documentation by 04/01/23 with responses required by 31/01/23- full detail is provided within the outline procurement table within the SQ document.
“Further details are set out in the SQ document and draft Contract documentation made available at the time of issue of this Contract Notice”.
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
24
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents which are available via the "Portal".
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As noted, - option to extend the contract term to cover service and maintenance at TfGM's discretion, in one-year increments to a maximum of five additional years.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2022/S 000-022844
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 December 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 January 2023
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: 6 (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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Full tender documentation is available at https://procontract.due-north.com/register. Ref: DN642156 (the "Portal") SQ responses and Tender responses must be submitted via the Portal. Transport for Greater Manchester (TfGM) will not accept any tenders that are submitted by any other means.
TfGM reserves the right to amend, vary or cancel this procurement at any stage and will not be liable for any costs, expenses, or liabilities that a candidate or bidder may incur in responding to this Contract Notice or in participating in any way in this procurement process.
TfGM reserves the right to require a parent company guarantee, bank guarantee, bond or other form of security as detailed within the procurement documentation.
TfGM is committed to delivery of social value in line with the GMCA Social Value Framework and as such Social Value will form part of the tender evaluation, in accordance with - https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts.
It is intended that the supply and installation contract will run for two years from commencement with the option to increase in 1-year increments (at TfGM's discretion) to cover servicing and maintenance, up to a maximum of 5 additional years.
six.4) Procedures for review
six.4.1) Review body
Transport for Greater Manchester
2, Piccadilly Place
Manchester
M13BG
Country
United Kingdom