Opportunity

72TS Supply of Mechanical Materials (VD Surrounds and Brackets)

  • Transport for London

F05: Contract notice – utilities

Notice reference: 2023/S 000-035420

Published 30 November 2023, 7:22pm



Section one: Contracting entity

one.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

olutunde Sigbeku

Email

olutunde.sigbeku@tube.tfl.gov.uk

Country

United Kingdom

NUTS code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.tfl.gov.uk

one.3) Communication

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

https://service.ariba.com/Supplier.aw/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://service.ariba.com/Supplier.aw/

one.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

72TS Supply of Mechanical Materials (VD Surrounds and Brackets)

Reference number

SAP ARIBA Reference WS1379060694

two.1.2) Main CPV code

  • 34630000 - Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

This procurement is to enable the successful and timely delivery of Mechanical Materials for

72TS Bakerloo Line Trains. The procurement of 72TS Mechanical Materials will be carried

out as a single procurement through a negotiated tender process with prior call for

competition conducted in accordance with TfL rules, governance and procedures.

The mechanical materials, include

• Above Waist Rail (AWR) e.g., metal bracketry to secure supplied equipment and metal

surrounds for passenger information systems (PIS).

• Body end Cabinets and

• Visual Display (VD) Cover Panel Assemblies

Economic operators must register on SAP Ariba to access the ITT documentation.

The ITT documentation will be issued on the 1st December 2023

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34320000 - Mechanical spare parts except engines and engine parts
  • 34600000 - Railway and tramway locomotives and rolling stock and associated parts
  • 50222000 - Repair and maintenance services of rolling stock

two.2.3) Place of performance

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

Delivery to London TfL Depot

two.2.4) Description of the procurement

Procuring these mechanical materials is to support the delivery of the Bakerloo Line Fleet,

Rail Vehicle Accessibility Regulations (RVAR) Project system installations.

These works are because of the Mayoral directive to improve customer ambience on the

Bakerloo Line Fleet and are also required to comply with the Department for Transport's

(DfT) Rail Vehicle Accessibility Regulations (RVAR).

LUL approved drawings of the various components will be packaged by clearly defined

requirements.

Deliveries will be for a set programme duration

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

60

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

On satisfactory completion and successful shortlisting in the first stage of the supplier selection questionnaire.

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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.1.8) 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

8 January 2024

Local time

12:00pm

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.4) Procedures for review

six.4.1) Review body

HM Courts and Tribunals Service

London

Country

United Kingdom