Notice Information
Notice Title
Infrastructure Maintenance Contract 3 (IMC3)
Notice Description
Transport for London (TfL) is part of the Greater London Authority led by the Mayor of London. TfL is the integrated transport authority responsible for delivering the Mayor's aims for public transport. Rail for London Limited (RfL) is a subsidiary of TfL, which operates and manages the East London Line Core Route (soon to be known as the Windrush Line). RfL has a requirement for a Contractor to undertake maintenance, faulting, repair, like for like replacement services across the entirety of its infrastructure for the East London Line Core Route, to retain its ongoing functionality for Rail and Passenger services.
Lot Information
Lot 1
RfL are seeking a sole Contractor to award a single contract for the provision of services for the Infrastructure Maintenance 3 (IMC3) contract. This is for an initial contract period of five (5) years and with an option to extend by one or more extensions (at RfL's discretion) for a maximum of three (3) additional years. The successful Contractor will need to provide maintenance (planned and reactive), work arising, faulting, repair and renewals (like for like) for, (but not limited to): 1) Permanent Way 2) Signalling 3) Telecommunications 4) Electrification 5) Power Supplies 6) Mechanical & Electrical 7) Pumps & Drainage 8) Lifts & Escalators 9) Civil & Structures 10) Premises 11) Environmental 12) Fault Reporting The above-mentioned services will be required across the East London Line Core Route and the following sidings / stations: 1) New Cross Gate Depot Sidings 2) Silwood Sidings 3) Wembley C Sidings 4) 24 West Anglia Inner Stations (between Bethnal Green to Enfield, Chingford and Theobalds Grove) The scope of services are listed within the project specification and tender documents on the e-tendering portal SAP Ariba. A draft version of the scope (which remains subject to change prior to, and following, the issue of the Invitation to Submit Initial Tender) of the IMC3 Contract can by accessed via the Data Room (see details below under Section VI.3 - Additional Information).
Options: The IMC3 Contract is for a for a period of five (5) years (initial contract period) and with an option to extend by one or more extensions (at RfL's discretion) for a maximum of three (3) additional years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044fcf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014819-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
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
32500000 - Telecommunications equipment and supplies
34632300 - Electrical installations for railways
34946000 - Railway-track construction materials and supplies
42500000 - Cooling and ventilation equipment
45213320 - Construction work for buildings relating to railway transport
45221112 - Railway bridge construction work
45232452 - Drainage works
45234100 - Railway construction works
45234112 - Railway depot construction work
45234115 - Railway signalling works
45234116 - Track construction works
45234123 - Partially underground railway works
45313000 - Lift and escalator installation work
45315400 - High voltage installation work
45331000 - Heating, ventilation and air-conditioning 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
50710000 - Repair and maintenance services of electrical and mechanical building installations
71311000 - Civil engineering consultancy services
71312000 - Structural engineering consultancy services
71315300 - Building surveying services
71315400 - Building-inspection services
71320000 - Engineering design services
71351500 - Ground investigation services
71355000 - Surveying services
71631470 - Railway-track inspection services
90491000 - Sewer survey services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £150,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 May 20241 years ago
- Submission Deadline
- 13 May 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RAIL FOR LONDON
- Contact Name
- Not specified
- Contact Email
- imc3procurement@tfl.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- 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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-044fcf-2024-05-09T13:00:37+01:00",
"date": "2024-05-09T13:00:37+01:00",
"ocid": "ocds-h6vhtk-044fcf",
"description": "Respondents should note the following: Expressions of interest must be by way of completion and return of the selection questionnaire (SQ) (in accordance with the requirements set out in the SQ by the time limit in (Section IV.2.3) above)). The description provided in II.1.4 and the scope described in section II.2.4 represent the current anticipated requirements of IMC3. Rail for London (RfL) reserves the right to amend the description and/or the scope and/or adjust the duration of the contract as a result of emerging requirements. RfL reserves the right not to award the contract or to award only part of the contract described in this notice. The total contract value stated on this notice is an estimated value, based on current core requirements and forecast estimated value of repetitive works. This does not represent a guaranteed amount/volume of work, which may be lower or higher than the estimate provided. The process for selection of bidders to be invited to the negotiation stage of the procurement is set out in the SQ and associated procurement documents. The award process may be terminated or suspended at any time without cost or other liability to RfL, TfL or any associated party or their advisers. RfL does not binds itself to enter into any contract arising out of the procurement covered by this notice. No contractual rights express or implied arise out of this notice or the associated procurement process. RfL reserves the right to vary the procedure relating to the conduct of the award process and to require further information from respondents. Respondents shall be solely responsible for any costs which they incur as a result of responding to this notice and participating in any aspect of the procurement process described in this contract notice. To access the procurement documents on SAP Ariba, respondents should: * Step 1: Visit the SAP Ariba platform using the following link https://service.ariba.com/Supplier.aw/109539051/aw?awh=r&awssk=fx3TUYr9&dard=1&ancdc=1 * Step 2: o If new to SAP Ariba, click 'Register Now' and create a standard SAP Ariba account by providing the requested company and administrator information and providing a password which contains a capital letter, a number and a special character; or o If already an account holder on SAP Ariba, log in using your log in details. Those who are already registered as a TfL Supplier on SAP Ariba, will still need to follow Step 5 below in order to be added as a participant. Please note, if new to SAP Ariba, the SAP Ariba platform may ask you to review and check for duplicate accounts that others in your business may have set up previously. If there are duplicate accounts, either contact the relevant account administrator using the SAP Ariba functionality or if you require a separate account for access to TfL procurements then please select 'back' and select 'continue account creation'. * Step 3: Confirm your email address once the confirmation email has been sent. * Step 4: Confirm in the SAP Ariba platform what type of goods /services you supply. * Step 5: Send an email to IMC3Procurement@tfl.gov.uk with the information from Steps 2 to 4 including your Business Network ID and the respondent's company name, username and administrator email. * Step 6: Use the bespoke link in the response email from the IMC3 Procurement Team to access SAP Ariba. * Step 7: When you have access to the procurement's main home page on SAP Ariba SAP Ariba, click on the 'Intend to Participate' button icon in order to fully register against the contract opportunity. * Step 8: In the main menu bar at the left of the website click the 'All Content' tab to see all the SQ information documents, as well as the questions that need to be responded to in SAP Ariba. Respondents must follow the instructions in the SQ and associated documents when completing and submitting the response to the SQ. * Step 9: Respondents can access the data room containing supplementary materials relating to the procurement through the data room link included in the email from the IMC3 Procurement Team, which will be sent following the respondent's email request to access SAP Ariba as set out in Step 5. If a prospective respondent has any problems accessing the data room or SAP Ariba, please contact RfL via the details below: IMC3Procurement@tfl.gov.uk",
"initiationType": "tender",
"tender": {
"id": "SAP Ariba Reference: WS1304248449",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Infrastructure Maintenance Contract 3 (IMC3)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50225000",
"description": "Railway-track maintenance services"
},
"mainProcurementCategory": "services",
"description": "Transport for London (TfL) is part of the Greater London Authority led by the Mayor of London. TfL is the integrated transport authority responsible for delivering the Mayor's aims for public transport. Rail for London Limited (RfL) is a subsidiary of TfL, which operates and manages the East London Line Core Route (soon to be known as the Windrush Line). RfL has a requirement for a Contractor to undertake maintenance, faulting, repair, like for like replacement services across the entirety of its infrastructure for the East London Line Core Route, to retain its ongoing functionality for Rail and Passenger services.",
"value": {
"amount": 150000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "RfL are seeking a sole Contractor to award a single contract for the provision of services for the Infrastructure Maintenance 3 (IMC3) contract. This is for an initial contract period of five (5) years and with an option to extend by one or more extensions (at RfL's discretion) for a maximum of three (3) additional years. The successful Contractor will need to provide maintenance (planned and reactive), work arising, faulting, repair and renewals (like for like) for, (but not limited to): 1) Permanent Way 2) Signalling 3) Telecommunications 4) Electrification 5) Power Supplies 6) Mechanical & Electrical 7) Pumps & Drainage 8) Lifts & Escalators 9) Civil & Structures 10) Premises 11) Environmental 12) Fault Reporting The above-mentioned services will be required across the East London Line Core Route and the following sidings / stations: 1) New Cross Gate Depot Sidings 2) Silwood Sidings 3) Wembley C Sidings 4) 24 West Anglia Inner Stations (between Bethnal Green to Enfield, Chingford and Theobalds Grove) The scope of services are listed within the project specification and tender documents on the e-tendering portal SAP Ariba. A draft version of the scope (which remains subject to change prior to, and following, the issue of the Invitation to Submit Initial Tender) of the IMC3 Contract can by accessed via the Data Room (see details below under Section VI.3 - Additional Information).",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "The selection criteria and process as set out in the Selection Questionnaire."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The IMC3 Contract is for a for a period of five (5) years (initial contract period) and with an option to extend by one or more extensions (at RfL's discretion) for a maximum of three (3) additional years."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "34946000",
"description": "Railway-track construction materials and supplies"
},
{
"scheme": "CPV",
"id": "42500000",
"description": "Cooling and ventilation equipment"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45232452",
"description": "Drainage works"
},
{
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
{
"scheme": "CPV",
"id": "45234112",
"description": "Railway depot construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45234116",
"description": "Track construction works"
},
{
"scheme": "CPV",
"id": "45234123",
"description": "Partially underground railway works"
},
{
"scheme": "CPV",
"id": "45313000",
"description": "Lift and escalator installation work"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "50330000",
"description": "Maintenance services of telecommunications equipment"
},
{
"scheme": "CPV",
"id": "50511000",
"description": "Repair and maintenance services of pumps"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71315400",
"description": "Building-inspection services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71351500",
"description": "Ground investigation services"
},
{
"scheme": "CPV",
"id": "71355000",
"description": "Surveying services"
},
{
"scheme": "CPV",
"id": "71631470",
"description": "Railway-track inspection services"
},
{
"scheme": "CPV",
"id": "90491000",
"description": "Sewer survey services"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Full details of the requirements can be found in the procurement documents accessible via TfL's e-sourcing portal, SAP Ariba.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "Please refer to the Selection Questionnaire."
},
"submissionTerms": {
"depositsGuarantees": "Parent Company Guarantees and/or Performance Bonds may be required.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"contractTerms": {
"tendererLegalForm": "No particular legal form is required, but if a contract is awarded to a consortium the RfL may require the consortium to form a legal entity before entering into the Contract. RfL will also need to understand the governance arrangements between the parties and how day to day management will be undertaken.",
"performanceTerms": "Please refer to the procurement documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-05-13T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-06-17T00:00:00+01:00"
},
"hasRecurrence": true,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-05-13T12:00:00+01:00"
},
"newValue": {
"date": "2024-05-22T12:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-109956",
"name": "Rail for London",
"identifier": {
"legalName": "Rail for London",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "5 ENDEAVOUR SQUARE",
"locality": "LONDON",
"region": "UKI",
"postalCode": "E201JN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "IMC3Procurement@tfl.gov.uk",
"url": "https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL"
},
"roles": [
"buyer"
],
"details": {
"url": "https://tfl.gov.uk",
"buyerProfile": "https://tfl.gov.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-83861",
"name": "High Court, Royal Courts of Justice London",
"identifier": {
"legalName": "High Court, Royal Courts of Justice London"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-109956",
"name": "Rail for London"
},
"language": "en"
}