Modular Prefabricated Rail Panels Transportation and Lifting Solution for London Underground
The contract is to procure rail plant/rolling stock that will provide a transportation and installation solution to enable the assembly of modular Prefabricated Rail Panels, including P&C/S&C units, at a location adjacent to the railway.
United Kingdom-London: Railway maintenance or service vehicles, and railway freight wagons
2013/S 229-398488
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
London Underground
Templar House, 81-87 High Holborn
For the attention of: Ben Edwards
WC1V 6NU London
UNITED KINGDOM
Telephone: +44 2070383019
E-mail: trackprocurement@tfl.gov.uk
Internet address(es):
General address of the contracting entity: http://www.tfl.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Urban railway, tramway, trolleybus or bus services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Modular Prefabricated Rail Panels Transportation and Lifting Solution.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
The contract is to procure rail plant/rolling stock that will provide a transportation and installation solution to enable the assembly of modular Prefabricated Rail Panels, including P&C/S&C units, at a location adjacent to the railway but remote from their intended installation point and the subsequent mechanised transportation and installation of the modular components at their intended destination.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Any solution will have to meet the LU standards which define the requirements for the design, acceptance, use and maintenance of plant intended for use on the LU Network. Any solutions will have to be able to transport and lift switches ranging from A to at least D in to position. The size of the prefabricated rail panels will vary in size and both rail panels and switches will be in a modular format. It will have to be able to function within the “E2” profile as set out in LU Category 1 Standard ‘S-1156 Gauging’.
Estimated value excluding VAT
Range: between 10 000 000 and 12 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 18 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance Bond will be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The contract will be a fixed price contract. Payments will be based on completion of milestones, these milestones will be proposed by the tenderers. Pre delivery milestone payments may be included in which case a advance payment bond will be necessary. Retention will also be taken throughout the project at the different payment milestones and held for a period of time once project is complete.
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:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The contract will include a right to rejection, should the manufacture fail to meet the performance specification. Liquidated damages will be included should the plant fail to perform when required, for late delivery of the plant and other KPIs.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: A Pre-Qualification Questionnaire indicating any such requirements will be sent to those submitting an expression of interest.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: A Pre-Qualification Questionnaire indicating any such requirements will be sent to those submitting an expression of interest.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Potential tenderers will have to demonstrate that they have the equipment and capabilities to produce the plant that will be able to work within the constraints and challenges of the underground system.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 13.12.2013 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.1.2014 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Transport For London
Windsor House, 42-50 Victoria Steet
SW1H 0TL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Prior to contract award LUL will incorporate a minimum ten calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Prior to this period LUL will provide unsuccessful bidders with the identity of the winning bidders(s) and details of the score(s) and characteristics and relative advantages of the winning bid(s). The Utilities Contracts Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:22.11.2013