Tender

Jubilee Vehicle Underframe Modifications Project (JVUM)

  • Transport for London

F02: Contract notice

Notice identifier: 2022/S 000-033784

Procurement identifier (OCID): ocds-h6vhtk-038922

Published 29 November 2022, 1:40pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

Jodie Laver

Email

JodieLaver@tfl.gov.uk

Country

United Kingdom

Region code

UKI - London

Transport for London

Transport for London

Internet address(es)

Main address

https://tfl.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.ariba.com/login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.ariba.com/login

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Jubilee Vehicle Underframe Modifications Project (JVUM)

Reference number

SAP ARIBA reference - WS1227259766

two.1.2) Main CPV code

  • 50221000 - Repair and maintenance services of locomotives

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this procurement is the underframe modification of 96 Tube Stock (96TS)/Jubilee Line rail vehicles. This requirement is subdivided into the following 2 lots.

Lot 1) The design, manufacture and supply of underframe modification services.

Lot 2) The design, manufacture and modification to the coupler drawgear release mechanism.

Economic operators are able to tender for either or both of these lots

In 2019 fractures were found on the longitudinal beams of a 96TS Jubilee Line train's underframe. It was identified through further inspection, that the fractures were not limited to this one train. Those trains that were identified as fit for service (with regards to safety of passengers and LU train operators/ maintainers/ station staff) were returned to service however a large number of trains remained withdrawn until a repair (temporary) was undertaken.

The purpose of this procurement is to provide a long-term solution to the fatigue cracking in the vehicle underframe before the short-term repairs are life expired and to resolve associated safety issues with the drawgear load release mechanism.

***Programme and duration of Contract***

Please see the procurement documentation for more details.

***Contract performance conditions***

Successful economic operator(s) awarded a either or both lots will be expected to maintain the following:

1) adherence to TfL Health and Safety Policies and Standards,

2) adherence to TfL's Privacy and Data Guidelines and GDPR Regulations,

3) compliance with Cyber Security Standards,

4) compliance with Work Related Road Risk (WRRR),

5) compliance with London Living Wage,

6) supporting relevant parts of TfL's responsible procurement policy.

**How to Apply**

Economic operators must register on SAP Ariba to access the ITT documentation. To register suppliers should follow the link provided directly below. Please search for reference WS1227259766 when you have completed the registration process.

https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=yKM.p48l&realm=TfL&dard=1

Further guidance and links to useful documentation on registering on SAP ARIBA can be located on the published Contracts Finder Notice (https://www.contractsfinder.service.gov.uk/Notice/0639b298-6aa1-4091-a48e-f5b99807b964)

If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk

Additional information can be obtained from the above mentioned tendering portal. The procurement documents are available for unrestricted and full direct access, free of charge once the economic operator completes the registration process in SAP Ariba.

Please note that all tender responses must be submitted electronically via SAP Ariba by the ITT deadline stated below

Time limit for receipt of tenders is 1pm (GMT) 27th January 2022

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: 2

two.2) Description

two.2.1) Title

The design, manufacture and supply of underframe modification services

Lot No

1

two.2.2) Additional CPV code(s)

  • 34600000 - Railway and tramway locomotives and rolling stock and associated parts
  • 50222000 - Repair and maintenance services of rolling stock
  • 50223000 - Reconditioning services of locomotives
  • 50224000 - Reconditioning services of rolling stock

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

TfL depot in London.

two.2.4) Description of the procurement

Lot 1 - The design, manufacture and supply of underframe modification services

The 1996 tube stock fleet comprises sixty-three (63) 7-car trains, delivered over two production runs. The initial run L14 includes the build of fifty-nine (59) off 6-car trains, manufactured between 1997and 1998. Subsequently, in 2006 the L17 project delivered additional Special Trailer cars to convert the 6-car to 7-car train plus an additional four (4) off 7-car trains.

In October 2019 fatigue cracks were found in the Jubilee line fleet's inner longitudes causing 40% of the fleet to be withdrawn from service for further investigation.

London Underground commissioned an internal Formal Investigation Review to identify the root cause of the fatigue cracks and make recommendations to safeguard the future operation of the Jubilee line service. The Formal Investigation Review included an engineering investigation which resulted in the following key recommendations.

a)There should be a redesign and fleet replacement of the cross beam support brackets to significantly improve the transfer of coupler loads into the car body structure.

b)The design of the inner longitude should be reviewed in conjunction with the cross beam support bracket and rectified to remove the risk of continued fleet wide crack propagation and to ensure the proof load requirements are met.

c)The 1996 Tube Stock coupler release system should be replaced to ensure it will always correctly function in a collision scenario and eliminate the current costly maintenance.

This Lot is designed to address those recommendations.

Further information can be found within the Technical Requirements section of the ITT document

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

Start date

7 August 2023

End date

8 August 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Each Lot has its own Technical Requirements Specification and separate Technical Compliance Matrices and Commercial Response Templates.

two.2) Description

two.2.1) Title

The design, manufacture and modification to the coupler drawgear release mechanism

Lot No

2

two.2.2) Additional CPV code(s)

  • 34600000 - Railway and tramway locomotives and rolling stock and associated parts
  • 50222000 - Repair and maintenance services of rolling stock
  • 50223000 - Reconditioning services of locomotives
  • 50224000 - Reconditioning services of rolling stock

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

TfL Depot in London.

two.2.4) Description of the procurement

Lot 2 - The design, manufacture and modification to the coupler drawgear release mechanism.

The 1996 tube stock fleet comprises sixty-three (63) 7-car trains, delivered over two production runs. The initial run L14 includes the build of fifty-nine (59) off 6-car trains, manufactured between 1997 and 1998. Subsequently, in 2006 the L17 project delivered additional Special Trailer cars to convert the 6-car to 7-car train plus an additional four (4) off 7-car trains.

Drawgear failures related to the collapse system have occurred on the Jubilee line fleet since introduction. This Lot is designed to address the shortcomings identified with the 96TS Drawgear.

This Lot is to replace the existing 1996 Tube Stock coupler release system to ensure it will always correctly function and eliminate the costly maintenance that it currently needed to maintain the system.

Further information can be found within the Technical Requirements section of the ITT document

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

Start date

7 August 2023

End date

8 August 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Each Lot has its own Technical Requirements Specification and separate Technical Compliance Matrices and Commercial Response Templates.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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.2.2) Time limit for receipt of tenders or requests to participate

Date

27 January 2023

Local time

1:00pm

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The procurement process is being conducted on behalf of Transport for London (TfL) under the Utilities Contracts Regulations 2016. TfL operates as a functional body of the Greater London Authority under the direction of the Mayor of London. Economic operators (prospective suppliers) should note that this procurement is being undertaken under the negotiated procedure with prior call for competition.

TfL reserves the right to withdraw from the procurement process and may award the contract 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 economic operator 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(s) will be in pounds sterling, unless otherwise advised.

To access the procurement documents and complete and submit the ITT, the supplier will need to be registered on TfL's SAP ARIBA portal. Further instructions and guidance are included in the procurement documents.

Please note that TfL cannot consider any ITT submissions received after the closing date/time or received by means other than the SAP ARIBA portal.

Please note that TfL reserves the right to award the lots on the basis of the initial tenders without conducting negotiations. Clarification meetings and/or post tender negotiation meetings will be held in TfL Offices in London or via MS Teams as applicable.

Where a economic operator (whether a single or group of organisations) is relying on the capacity or capacities of a parent or other company for economic and financial standing a parent company guarantee may be required. Please see the ITT pack for further details.

Please note that this opportunity has also been published on Contracts Finder Link below:

https://www.contractsfinder.service.gov.uk/Notice/0639b298-6aa1-4091-a48e-f5b99807b964

There is additional information within that notice about how to Register on SAP Ariba and how to create an account in order to access the Procurement Documentation

six.4) Procedures for review

six.4.1) Review body

HM Courts and Tribunals Service

Royal Courts of Justice, The Strand

London

WC2A 2LL

Email

Enquiries.centrallondon.countycourt@justice.gov.uk

Country

United Kingdom