Metrolink Renewals and Enhancements Framework
From July 2017 Transport for Greater Manchester is responsible for funding and the direct instruction of all renewals and enhancements on the Metrolink network.
United Kingdom-Manchester: Urban railway works
2017/S 147-305659
Contract notice – utilities
Works
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Transport for Greater Manchester
2 Piccadilly Place
For the attention of: Matt Robinson
M1 3BG Manchester
United Kingdom
Internet address(es):
General address of the contracting entity: http://www.tfgm.com
Electronic access to information: http://procontract.due-north.com/register
Electronic submission of tenders and requests to participate: http://procontract.due-north.com/register
Further information can be obtained from: Transport for Greater Manchester
2 Piccadilly Place
M1 3BG Manchester
United Kingdom
Internet address: http://procontract.due-north.com/register
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Transport for Greater Manchester
2 Piccadilly Place
M1 3BG Manchester
United Kingdom
Internet address: http://procontract.due-north.com/register
Tenders or requests to participate must be sent to: Transport for Greater Manchester
2 Piccadilly Place
M1 3BG Manchester
United Kingdom
Internet address: http://procontract.due-north.com/register
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Main site or location of works, place of delivery or of performance: Greater Manchester.
NUTS code UKD3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 30
Duration of the framework agreement
Duration in months: 60
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 34 000 000 and 100 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
45234120, 45234121, 45000000, 45213000, 45234100, 45200000, 50000000, 50220000, 50230000, 71500000, 71540000, 45220000, 45234000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
1) Strategic Lot — Multi-disciplinary (including all disciplines within Specialist Lots) > 2 000 000 GBP per scheme/project (3 to 5 suppliers).
2) Specialist Lots (all lots are for works < 2 000 000 GBP per scheme/project and with 3 to 5 suppliers per lot).
a. Civil and structural works (stops, car parks, retaining walls, tunnels and bridges, embankments, other structures, culverts, drainage, roads etc.).
b. Buildings (including but not limited to stops, escalators and lifts, Stop Equipment Rooms (SER), depot buildings and equipment, stop shelters).
c. Permanent Way (track renewals, track bed, etc.).
d. Power (OHLE, bonding, LV power and substations including traction power and associated infrastructure).
e. Signalling, systems and communications (fibre replacement, stray current equipment, SCADA system, CCTV, telecommunications and Tram Management System (TMS).
— Relevant Network Rail accreditation may be required for work relating to certain individual call-offs, particularly sections of shared Metrolink track and Altrincham station.
— Relevant Metrolink accreditation will be required in order to undertake work via individual call-offs on Metrolink network.
— Call-offs will be via either mini-competition using defined call-off criteria or direct allocation relating to a certain threshold for value of the works.
— Design — design may to be undertaken via the framework, including provision for Early Contractor Involvement (ECI) depending on the specific scope requirements for each call-off.
— Form of Contract — the NEC3 suite which is established on the principle of inspiring and encouraging best practice in project management within a partnering a environment, and improving its transparent risk allocation. The following are available for use with individual call-off orders:
1) Engineering and Construction Contract (ECC) Main Options A, C or E.
2) Engineering and Construction Short Contract (ECSC).
— The lower end of the range specified is the estimated minimum value of works to be instructed via the framework across all lots over the initial 5 year period and is derived from the current anticipated renewals and enhancements programme. This programme is indicative and to be informed and developed as part of the asset management process undertaken by TfGM in conjunction with the Metrolink Operation and Maintenance contractor during the term.
— The upper end of the range specified reflects potential funding that may be obtained for enhancements or other works TfGM may undertake via the framework relating to infrastructure owned or managed by TfGM over the full term and allowing for additional extensions of up to 3 years (a maximum of 8 years in total). There is no further detail on other available funding beyond the indicative funding identified for renewals work that may be revised and the allocation between lots revised during the term.
— The value of each scheme developed for a call-off and allocation between the lots will vary.
Estimated value excluding VAT
Range: between 34 000 000 and 100 000 000 GBP
II.2.2)Information about options
Description of these options: — TfGM will retain the option to extend the contract by a period of up to 36 months via increments of 12 months. For the avoidance of doubt (assuming no early termination) the total term could range from 5 to 8 years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Strategic Lot (1)
1)Short description:
2)Common procurement vocabulary (CPV)
45234120, 45234121, 45000000, 45213000, 45234100, 45200000, 50000000, 50220000, 50230000, 71500000, 71540000, 45220000, 45234000
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Specialist Lot — Civil and Structural works (2a)
1)Short description:
— bridges, culverts, tunnels, walls, underpasses,
— car parks, cycle paths and footpaths;
— stop seating, sign posts, cycle stands, non-electrical signs, litter bins, supports/housings for various equipment (including lighting equipment, speakers, ticket validators, telephones etc), and other non-mechanical, non-electrical Stop furniture;
— ancillary structures including overhead line support structures, staircases, escalators support structures, lift shafts
— earthworks including retained and self-supporting embankments, soil and rock cuttings;
— drainage including all drainage associated with and required by the Metrolink System or other TfGM owned or managed infrastructure including, but not limited to, rail drains, ditches, pipes, pits, catchpits, chambers, soakaways, head walls, outfalls, oil interceptors, attenuation systems;
— fencing and boundaries including all property, lineside, depot and boundary walls, barriers, fences and railings, track and infrastructure access points and gates;
— roads and footways including all roads, parking places, hard-standings, cycling routes and facilities, footpaths and public rights of way;
— lineside cabinets;
— cable routes including troughing and ducting, chambers, cable trays;
— signs and road and footway markings;
— cess walkways including walkways, routes, paths, recesses provided for the use by maintenance staff and contactors;
— hardscaping including hard-standings, walls, up-stands;
— soft landscaping including trees, shrubs and bushes, hedges, planted areas, grassland, and other organic surfaces;
— ornamental planting including formal planting with a planned and laid out arrangement of shrubs and other plants in accordance with a design;
— living walls and associated automated watering system and drainage;
— natural vegetation including all areas being allowed to become naturally populated with vegetation; and
— non-operational land including discrete areas of land not bordering the track and identified as non-operational land on the Metrolink Licence Plans.
2)Common procurement vocabulary (CPV)
45234120, 45234121, 45000000, 45213000, 45234100, 45200000, 50000000, 50220000, 50230000, 71500000, 71540000, 45220000, 45234000
Lot No: 3 Lot title: Specialist Lot — Buildings (2b)
1)Short description:
— Stops, stations, including non-operational buildings;
— Bus stops and bus stations;
— Cycle shelters, cycle hubs;
— Shelters and canopies;
— Mess/rest rooms;
— Depot buildings;
— Metrolink Substation and Stop Equipment Rooms (SERs); and
— Lineside buildings.
2)Common procurement vocabulary (CPV)
45234120, 45234121, 45000000, 45213000, 45234100, 45200000, 50000000, 50220000, 50230000, 71500000, 71540000, 45220000, 45234000
Lot No: 4 Lot title: Specialist Lot — Permanent Way (2c)
1)Short description:
— rails and associated fittings;
— sleepers;
— ballast;
— sub-grade and formation;
— track slab;
— switches & crossings and associated fittings;
— level crossing and foot crossings, (including underrun protection and anti-trespass guards); and
— end stops.
Works including but not limited to track renewals, track bed, etc.
2)Common procurement vocabulary (CPV)
45234120, 45234121, 45000000, 45213000, 45234100, 45200000, 50000000, 50220000, 50230000, 71500000, 71540000, 45220000, 45234000
Lot No: 5 Lot title: Specialist Lot — Power (2d)
1)Short description:
The electrical distribution assets include the electrical equipment in traction substations and track paralleling huts which comprise, but are not limited to:
— high voltage AC switchboard, circuit breakers (11kV or 6.6kV), earthing facilities and protection relays;
— high voltage cabling (Metrolink responsibility starts at DNO consumers circuit breaker terminals);
— rectifier transformers;
— AC distribution transformers (11 or 6.6kV/400V);
— rectifiers (12 pulse);
— rectifier output isolators (positive and negative);
— DC switchboard, DC circuit breakers and protection relays;
— DC negative busbar;
— battery charger and batteries;
— emergency trip equipment including local emergency key switch and trip activated by remote hard wired mass trip;
— interface with traction SCADA equipment, including analogue measurements;
— stray current collection and/or measurement systems;
— voltage limiting device (monitored);
— Metrolink Substation heating and ventilation equipment;
— negative feeder cabling from the Metrolink Substations to the running rails;
— intertrip cabling between adjacent Metrolink Substations;
— hard wired mass trip system to selected Metrolink Substations including equipment located in the NMC, DRC, Metrolink Substations and lineside cabling;
— Metrolink Substation earthing systems;
— track bonding to ensure continuity of the negative traction return path, including bolted rail connections;
— bonding to structures, Stop equipment and other assets to ensure electrical safety including voltage limiting devices;
— bonds to overhead line feeder poles and ground mounted isolators;
— stray current collector cables and termination systems;
— safety interlocking systems within Metrolink Substations;
— locks and keys or other equipment used to secure the equipment in a certain position; and
— surge arrestors and associated earths located in Metrolink Substations or at lineside locations.
The substations include the following but are not limited to:
— Phase 1 of Metrolink (Bury — Piccadilly — Altrincham) (‘Phase 1’) was commissioned in 1991/2 along with its associated Metrolink Substations which all comprised of similar equipment in all Metrolink Substations;
— Phase 2 of Metrolink (Cornbrook — Eccles) (‘Phase 2’) was commissioned in 2000 along with its associated Metrolink Substations which all comprised similar equipment but of a different manufacturer to Phase 1;
— As part of the Phase 2 works, the transformers and rectifiers in eight Phase 1 Metrolink Substations were replaced with the Phase 2 Hill Graham type to increase the installed capacity to 1.2MW. The redundant 600kW rectifiers and transformers were then either used in other Metrolink Substations or have remained out of use and left in situ as spares;
— Six Phase 1 and Phase 2 Metrolink Substations have been modified or uprated to accommodate the Phase 3 extensions, additional loading due to increased services or expanded depots between 2009 and 2016;
— Phase 3 extensions of Metrolink (to Rochdale, Ashton, Manchester Airport, East Didsbury, MediaCityUK and the new second city crossing line) (‘Phase 3’) were added between 2010 and 2016 and have added a third type of Metrolink Substation equipment common to Phase 3;
— Three Metrolink Substations of a similar type to Phase 3 have been added to the network on Phase 1 routes to accommodate the additional loading;
— The rails on the Metrolink System are deliberately insulated from earth, using a floating negative system. Parts of the system (Phase 1 and 2) are diode earthed with drainage diode(s) located in traction substations. In the two depots the rails are solidly earthed;
— The control and monitoring of all plant in the Metrolink Substations including intruder alarm, fire alarm, all circuit breakers, and rectifier and transformer alarms are provided to the Control Room by a SCADA (RTU) in each Metrolink Substation. These are generally supplied with power (230V) from a nearby station equipment room; and
— Controlled isolation diagrams are available for the traction power electrical distribution system.
The Overhead line equipment includes the following but is not limited to:
— Traction power is provided to the overhead line and running rails by 42 transformer-rectifier traction substations with high voltage (6.6kV or 11kV) incoming connections from the Distribution Network Operator (‘DNO’). There are also two additional track paralleling huts and a non-traction high voltage supply for Trafford Depot domestic supplies.
— Redundancy is provided to allow single Metrolink Substation to be out of service whilst maintaining the service.
— Traction bonding provides the traction return path and safety connections to lineside equipment and structures to minimise the risk of electric shock.
— To ensure safety and continuity of service, the traction power and bonding assets need to be maintained such that they are all available to support the operation of the required Passenger Services.
— The low voltage power equipment includes the following, but is not limited to:
— pump motors; pump bodies; air conditioner fans; air conditioner condenser units; electrical components and accessories; electrical circuit wiring; electrical protective devices; lighting components; and control circuit boards;
— Electrical vehicle charging points; and
— Stray current control measures.
2)Common procurement vocabulary (CPV)
45234120, 45234121, 45000000, 45213000, 45234100, 45200000, 50000000, 50220000, 50230000, 71500000, 71540000, 45220000, 45234000
Lot No: 6 Lot title: Specialist Lot — Signalling, systems and communications (2e)
1)Short description:
The Tram Management System (TMS), which includes the following main components:
— TMS Supervisory System, including the Traction and Ancillary SCADA;
— TMS trackside equipment; and
— on-Tram TMS equipment.
— The TMS is physically located: in the Network Management Centre and DRC; on Trams; in SERs and SECs; and trackside and in trackside equipment cabinets.
The Telecom System includes (but is not limited to) the following main components:
— CCTV system including network video recorders;
— PEC/PHP system;
— telephony system including private automatic branch exchange (‘PABX’);
— voice radio system including tram borne equipment;
— voice recording systems;
— giga bit ethernet (‘GBE’) network;
— ancillary and traction supervisory control and data acquisition (‘SCADA’);
— PID system;
— PA system;
— uninterruptable power supply (‘UPS’) system;
— fire detection, alarm and suppression systems; and
— intruder alarm systems.
— Any additional Telecom Assets which are provided and necessary for the interface between and integration of the different telecom components.
The Disaster Recovery Centre (DRC) at Queens Road Depot is, with the exception of the permanently live voice radio equipment and core GBE equipment, a cold standby secondary control facility, which can be brought into use in the event that the NMC at the Trafford Depot is unavailable.
2)Common procurement vocabulary (CPV)
45234120, 45234121, 45000000, 45213000, 45234100, 45200000, 50000000, 50220000, 50230000, 71500000, 71540000, 45220000, 45234000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
Description of particular conditions: Selection of contractors to be invited to tender for the contract will be based on information provided in response to the Pre-Qualification questionnaire which will be made available via Pro-Contract. Transport for Greater Manchester’s particular conditions are set out in the Invitation to Tender documentation made available via Pro-Contract.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Applicants must have extensive experience of delivering design and construction of works and of working in an operational tramway environment. In addition, relevant Network Rail accreditation may be required on individual call-offs for otential rail requirements, particularly sections of shared Metrolink track and Altrincham station.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
Periodic indicative notice
Notice number in the OJEU: 2016/S 192-346742 of 5.10.2016
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
Additional information, the pre-qualification questionnaire documentation and visibility of draft Invitation to Tender documentation is via https://procontract.due-north.com/register and the opportunity is entitled ‘Metrolink Renewals and Enhancements Framework’ (Pro-Contract reference: DN177820).
Please note the return date and time in IV.3.4 is the final date for submission of the completed Pre-Qualification Questionnaire.
This procurement process will be conducted through the ProContract e-tendering portal and any submission made outside of this portal will be disqualified.
All communications, including Pre-Qualification Questionnaire responses and tender submissions must be written in English and priced in pounds sterling.
Nothing in this procurement process is intended to form any express or implied contractual relationship between the parties unless and until the award of a contract is concluded.
Any contract entered into as a result of this procurement will be considered to be a contract governed by English Law and subject to the exclusive jurisdiction of the Courts of England and Wales.
TfGM is not liable for any costs, fees or expenses (including third party costs, fees or expenses) incurred by those expressing an interest in, negotiating or tendering for this contract opportunity.
TfGM reserves the right to terminate this procurement process or to amend or vary the process at any time prior to the conclusion of the award of contract without liability to any party.
Applicants are advised that the most economically advantageous tender or any tender will not automatically be accepted.
The following summarises the key roles relating to the framework and subsequent call-offs for individual contracts instructed:
— TfGM are responsible for establishing the framework agreement(s) and appointing suppliers,
— TfGM will then either call-off via the framework directly or,
i) TfGM may from time to time require the Metrolink Operation and Maintenance contractor to directly tender and appoint contractors and award using the framework agreement(s) subject to defined interface and handover/handback requirements.
ii) TfGM reserve the right to instruct works that may be defined as renewal or enhancements and would normally be instructed via the framework, via the Metrolink Operation and Maintenance contractor where these are defined as urgent and the continued safe operation of the network and other TfGM owned infrastructure precludes use of defined call-off process.
iii) TfGM reserve the right to procure renewals and enhancements works outside of the framework.
iv) There is no guarantee given relating to of any level of works to be instructed via the framework agreement(s).
VI.5)Date of dispatch of this notice:
Related Posts
London Overground Infrastructure Maintenance Contract
Independent Assessor for HS2 Consultation
Rail Skills Training Framework – Network Rail
HS2 Collaboration Delivery Framework
HS2 Independent Assessment Contract