Planning

London Overground Infrastructure Maintenance Contract (IMC3)

TRANSPORT FOR LONDON

This public procurement record has 2 releases in its history.

Planning

14 Nov 2022 at 12:21

Planning

16 Dec 2021 at 11:17

Summary of the contracting process

Rail for London Ltd (RfL) is planning the London Overground Infrastructure Maintenance Contract (IMC3), inviting companies to participate in a market engagement exercise. The contract is expected to cover the maintenance, faulting, renewals, and facility works along the East London Line Core Route. The procurement stage is at the planning phase, and interested parties must register interest by 13th December 2022. The buying organisation is Rail for London, and the industry category is services related to railways and equipment.

This tender presents growth opportunities for businesses specialised in rail infrastructure maintenance, signaling, telecommunications, electrification, and civil engineering works. Companies capable of providing high-quality permanent way maintenance, power supplies, mechanical, electrical, and drainage services are well-suited to compete. The contract has a potential renewal period after the 8-year term, offering a long-term partnership opportunity for infrastructure maintenance suppliers.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

London Overground Infrastructure Maintenance Contract (IMC3)

Notice Description

Rail for London Ltd (RfL) is inviting companies to participate in a market engagement exercise for the London Overground Infrastructure Maintenance Contract (IMC3) The scope for the IMC3 contract is expected to cover the East London Line (ELL) Core Route (between north from Dalston Junction station (Sectional Appendix at mileage 2 miles 17 chains) and New Cross Station, New Cross Gate and Old Kent Road Junction) maintenance (planned and reactive), faulting and renewals for permanent way, signaling, telecommunications, electrification, power supplies, mechanical, electrical, pumps & drainage, lifts & escalators and civil & structures, together with maintenance works at the depot facilities at New Cross Gate including the Silwood Facility, Wembley C Sidings and 24 West Anglia Inner Stations (between Bethnal Green to Enfield, Chingford and Theobalds Grove)The scope further includes access and possession planning to facilitate the above. Prior to commencing the tender process, RfL has decided to consult the market via a Market Sounding Questionnaire (MSQ) in order to: 1) Provide notice and generate interest in IMC3 2) Gauge Supplier appetite for the contract and capacity to deliver the services; and 3) Gather feedback on the proposed scope and terms and conditions prior to the finalization of the contract documents. If you would like to participate in this market engagement event, please visit https://procontract.due-north.com/Login and register your interest no later than 12.00 noon Tuesday 13th December 2022 The terms of the market engagement are listed below Please note that the contracting authority for this contract will be Rail for London.

Lot Information

Lot 1

The scope of the IMC captures all infrastructure assets controlled directly by London Overground on behalf of TfL. These assets comprise of the East London Line core route and stations, as well as the West Anglia Inner Stations transferred to TfL on long lease agreements from Network Rail. It does not relate to any infrastructure used by London Overground (LO) services operated on Network Rail Infrastructure via a track access agreement, apart from the depot facility at Wembley European Freight Operating Centre and the section of the ELL between Highbury & Islington and Dalston Curve where RfL is responsible for maintenance of the signal and telecommunication assets only. The scope further includes access and possession planning for the above. The infrastructure assets currently within IMC scope include all the permanent way, signaling, telecommunications, electrification, power supplies, mechanical, electrical, pumps & drainage, Lifts & Escalators and civil & structures on the East London Line Core Route, ELL Highbury & Islington to Dalston Curve (only signaling and telecoms) depot facilities at New Cross Gate & Wembley C Sidings (excluding electrification assets) and Landlord maintenance responsibilities at the thirty two London Overground Stations. Two stations on the Core Route at Whitechapel and Canada Water continue to be managed and maintained by London Underground Ltd (LUL), with the exception of some platform communication and Customer Information Systems assets which became LO responsibility. Terms of the market engagement RfL will manage this process in an open and transparent manner. Interested parties will not be prejudiced by any response or failure to respond to the market engagement exercise. Direct or indirect canvassing of any employee or agent of RfL, TfL or any TfL group company by any company concerning this requirement, or any attempt to procure information from any such employee or agent concerning this PIN outside of the formal process described in this document may result in the disqualification of the company from consideration of any future procurement activity. This PIN is issued solely for the purposes of the market engagement. No information contained in this document or provided during and for the market engagement exercise, constitutes any commitment by RfL, TfL or any other member of the TfL group or any of its or their stakeholders to undertake any procurement exercise in the future. This PIN does not constitute a call for competition to procure any services, supplies or works for RfL and RfL is not bound to and may or may not adopt or include any proposals offered by participating parties in any future procurement. Participating suppliers acknowledge and agree that proposals offered may be communicated to other participating parties and tenderers in any future procurement. RfL is not liable for any costs, fees or expenses incurred by any party participating in the market engagement. Any future procurement of any services, supplies or works by RfL will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. If you would like to participate in this preliminary market consultation, please register at https://procontract.due-north.com/Login to submit your confirmation of interest to this PIN by 12.00 noon on Tuesday 13th December 2022.

Renewal: It is likely that Rail for London Limited will require an ongoing provision for a Infrastructure Maintenance supplier following the end of the IMC3 contract. The duration of the IMC3 contract shall be 8 years. The initial term of the contract will be 5 years which can be extended at the discretion of RfL by a further 3 years in 12-month intervals.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-030200
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032177-2022
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

42 - Industrial machinery

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34632300 - Electrical installations for railways

34946000 - Railway-track construction materials and supplies

42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery

45200000 - Works for complete or part construction and civil engineering work

45315400 - High voltage installation work

45340000 - Fencing, railing and safety equipment installation work

50220000 - Repair, maintenance and associated services related to railways and other equipment

50225000 - Railway-track maintenance services

50330000 - Maintenance services of telecommunications equipment

50511000 - Repair and maintenance services of pumps

50740000 - Repair and maintenance services of escalators

50750000 - Lift-maintenance services

71311100 - Civil engineering support services

71312000 - Structural engineering consultancy services

71351500 - Ground investigation services

71631300 - Technical building-inspection services

71631400 - Technical inspection services of engineering structures

71631450 - Bridge-inspection services

71631470 - Railway-track inspection services

90491000 - Sewer survey services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Nov 20223 years ago
Submission Deadline
13 Dec 2022Expired
Future Notice Date
27 Apr 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Additional Buyers

TRANSPORT FOR LONDON / RAIL FOR LONDON LIMITED

Contact Name
Mr Steven Davies, Mrs Lesley Rossi
Contact Email
londonovergroundprocurement@tfl.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
ENDEAVOUR SQUARE
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-030200-2022-11-14T12:21:20Z",
    "date": "2022-11-14T12:21:20Z",
    "ocid": "ocds-h6vhtk-030200",
    "initiationType": "tender",
    "tender": {
        "id": "DN642310",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "London Overground Infrastructure Maintenance Contract (IMC3)",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "50220000",
            "description": "Repair, maintenance and associated services related to railways and other equipment"
        },
        "mainProcurementCategory": "services",
        "description": "Rail for London Ltd (RfL) is inviting companies to participate in a market engagement exercise for the London Overground Infrastructure Maintenance Contract (IMC3) The scope for the IMC3 contract is expected to cover the East London Line (ELL) Core Route (between north from Dalston Junction station (Sectional Appendix at mileage 2 miles 17 chains) and New Cross Station, New Cross Gate and Old Kent Road Junction) maintenance (planned and reactive), faulting and renewals for permanent way, signaling, telecommunications, electrification, power supplies, mechanical, electrical, pumps & drainage, lifts & escalators and civil & structures, together with maintenance works at the depot facilities at New Cross Gate including the Silwood Facility, Wembley C Sidings and 24 West Anglia Inner Stations (between Bethnal Green to Enfield, Chingford and Theobalds Grove)The scope further includes access and possession planning to facilitate the above. Prior to commencing the tender process, RfL has decided to consult the market via a Market Sounding Questionnaire (MSQ) in order to: 1) Provide notice and generate interest in IMC3 2) Gauge Supplier appetite for the contract and capacity to deliver the services; and 3) Gather feedback on the proposed scope and terms and conditions prior to the finalization of the contract documents. If you would like to participate in this market engagement event, please visit https://procontract.due-north.com/Login and register your interest no later than 12.00 noon Tuesday 13th December 2022 The terms of the market engagement are listed below Please note that the contracting authority for this contract will be Rail for London.",
        "lots": [
            {
                "id": "1",
                "description": "The scope of the IMC captures all infrastructure assets controlled directly by London Overground on behalf of TfL. These assets comprise of the East London Line core route and stations, as well as the West Anglia Inner Stations transferred to TfL on long lease agreements from Network Rail. It does not relate to any infrastructure used by London Overground (LO) services operated on Network Rail Infrastructure via a track access agreement, apart from the depot facility at Wembley European Freight Operating Centre and the section of the ELL between Highbury & Islington and Dalston Curve where RfL is responsible for maintenance of the signal and telecommunication assets only. The scope further includes access and possession planning for the above. The infrastructure assets currently within IMC scope include all the permanent way, signaling, telecommunications, electrification, power supplies, mechanical, electrical, pumps & drainage, Lifts & Escalators and civil & structures on the East London Line Core Route, ELL Highbury & Islington to Dalston Curve (only signaling and telecoms) depot facilities at New Cross Gate & Wembley C Sidings (excluding electrification assets) and Landlord maintenance responsibilities at the thirty two London Overground Stations. Two stations on the Core Route at Whitechapel and Canada Water continue to be managed and maintained by London Underground Ltd (LUL), with the exception of some platform communication and Customer Information Systems assets which became LO responsibility. Terms of the market engagement RfL will manage this process in an open and transparent manner. Interested parties will not be prejudiced by any response or failure to respond to the market engagement exercise. Direct or indirect canvassing of any employee or agent of RfL, TfL or any TfL group company by any company concerning this requirement, or any attempt to procure information from any such employee or agent concerning this PIN outside of the formal process described in this document may result in the disqualification of the company from consideration of any future procurement activity. This PIN is issued solely for the purposes of the market engagement. No information contained in this document or provided during and for the market engagement exercise, constitutes any commitment by RfL, TfL or any other member of the TfL group or any of its or their stakeholders to undertake any procurement exercise in the future. This PIN does not constitute a call for competition to procure any services, supplies or works for RfL and RfL is not bound to and may or may not adopt or include any proposals offered by participating parties in any future procurement. Participating suppliers acknowledge and agree that proposals offered may be communicated to other participating parties and tenderers in any future procurement. RfL is not liable for any costs, fees or expenses incurred by any party participating in the market engagement. Any future procurement of any services, supplies or works by RfL will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016. If you would like to participate in this preliminary market consultation, please register at https://procontract.due-north.com/Login to submit your confirmation of interest to this PIN by 12.00 noon on Tuesday 13th December 2022.",
                "hasRenewal": true,
                "renewal": {
                    "description": "It is likely that Rail for London Limited will require an ongoing provision for a Infrastructure Maintenance supplier following the end of the IMC3 contract. The duration of the IMC3 contract shall be 8 years. The initial term of the contract will be 5 years which can be extended at the discretion of RfL by a further 3 years in 12-month intervals."
                },
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34632300",
                        "description": "Electrical installations for railways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34946000",
                        "description": "Railway-track construction materials and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42510000",
                        "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45315400",
                        "description": "High voltage installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50225000",
                        "description": "Railway-track maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50330000",
                        "description": "Maintenance services of telecommunications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50511000",
                        "description": "Repair and maintenance services of pumps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50740000",
                        "description": "Repair and maintenance services of escalators"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50750000",
                        "description": "Lift-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311100",
                        "description": "Civil engineering support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351500",
                        "description": "Ground investigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631300",
                        "description": "Technical building-inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631400",
                        "description": "Technical inspection services of engineering structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631450",
                        "description": "Bridge-inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631470",
                        "description": "Railway-track inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90491000",
                        "description": "Sewer survey services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-04-28T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-12-13T12:00:00Z"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-37894",
            "name": "Transport for London / Rail for London Limited",
            "identifier": {
                "legalName": "Transport for London / Rail for London Limited",
                "id": "05965930"
            },
            "address": {
                "streetAddress": "5",
                "locality": "Endeavour Square",
                "region": "UKI",
                "postalCode": "E20 1JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Steven Davies",
                "email": "LondonOvergroundProcurement@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk",
                "buyerProfile": "https://tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Railway Transport Services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5822",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London"
            },
            "address": {
                "streetAddress": "5",
                "locality": "Endeavour Square",
                "region": "UKI",
                "postalCode": "E20 1JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Lesley Rossi",
                "email": "LondonOvergroundProcurement@TfL.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk",
                "buyerProfile": "https://tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "Railway Public Transport Services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-5822",
        "name": "Transport for London"
    },
    "language": "en"
}