Piccadilly Line Supply of Pressure Switches
This procurement is for the supply of pressure switches for the London Underground Piccadilly Line Rolling Stock 2026 life extension programme.
United Kingdom-London: Pressure switches
2016/S 159-288842
Contract notice – utilities
Supplies
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Commercial — Operations London Underground
15 Westferry Circus
For the attention of: Yating Lu
E14 4HD London
United Kingdom
E-mail: yatinglu@tfl.gov.uk
Internet address(es):
General address of the contracting entity: www.tfl.gov.uk
Electronic access to information: eprocurement.tfl.gov.uk/epps/home.do
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
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
Purchase
Main site or location of works, place of delivery or of performance: Cockfosters and Northfields Depots of the Piccadilly Line on the London Underground.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 36
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
31214160
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT
Range: between 0,01 and 320 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
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: Candidates expressing an interest will be required to successfully complete a Pre-qualification Questionnaire.
The Pre-qualification Questionnaire and associated documents are to be provided upon candidates expressing an interest in this contract.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
— BS EN ISO 18001: 2004 or equivalent,
— ISO 14001:2007 EMAS or equivalent,
— BS EN ISO 9001: 2008 or equivalent certified to BS EN ISO 9001:2008 by a UKAS accreditation body or equivalent national organisation.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
Payable documents: no
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:
Interested parties should also note:
— The Contracting Entity reserves the right to up issue the technical specification with amendments prior to submission of candidates’ best and final offers.
— The Contracting Entity intends to use electronic means including the internet in carrying out the procurement process. The Contracting Entity strongly supports and implements the Greater London Authority Group responsible Procurement Policy. Details about the policy can be found on www.londong.gov.uk/rp. Further details as to the application of the Greater London Authority Group Responsible Procurement Policy to this procurement will be set out in the tender documents.
— The contract and any matters, including the disputes, arising out of it will be subject to English Law and the exclusive jurisdiction of the English Courts.
— The Contracting Entity does not bind itself to accept any tender and reserves the right to award the contract in whole or in part or not at all as a result of this call for competition.
— Registration of interest in this procurement by any party does not guarantee inclusion of the party on the tender enquiry list. The Contracting Entity shall select candidates to receive invitations to tender in accordance with objective criteria as detailed in IV.2.1 of this Notice and in the invitation to tender documents.
— The Contracting Entity reserves the right to select those candidates with whom it wishes to negotiate. This will be done on an objective basis according to evaluation criteria and rules laid down by the Contracting Entity.
— The Contracting Entity reserves the right to disqualify any candidate which: provides information or conformations which later prove to be untrue or incorrect; or does not supply the information required by this notice or Pre-qualification Questionnaire.
— The Contracting Entity reserves the right to award the contract on the basis of the initial tenders without conducting negotiations.
VI.4.1)Body responsible for appeal procedures
The UK does not have any such body with responsibility for appeals procedures. Please refer to section VI.4.2 for information regarding this appeal process
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Provide Engineering Services to Transport for London
Wales and Borders Franchise and Metro Contract
Tender for Passenger Experience Training