Opportunity

Manchester Metrolink -Tram Safety Improvement Programme (TSIP)

  • Transport for Greater Manchester

F02: Contract notice

Notice reference: 2022/S 000-032225

Published 14 November 2022, 3:08pm



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

Email

david.gregg@tfgm.com

Telephone

+44 1612441000

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

http://www.tfgm.com

Buyer's address

http://www.tfgm.com

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