By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tfl_scp_000374_Supply and install of bus NOx abatement equipment.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Transport for London - Surface Transport
Palestra 197 Blackfriars Road
Contact point(s): www.tfl.gov.uk/eprocurement
SE1 8NJ London
UNITED KINGDOM

Internet address(es):

General address of the contracting entity: 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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Tfl_scp_000374_Supply and install of bus NOx abatement equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s):
The Mayor’ Air Quality strategy proposes that, subject to Government support, by 2015 all buses in London will meet the Euro IV standard for NOx. It is estimated that around 900 buses will need to be retrofitted with NOx abatement equipment under this framework agreement.
II.1.6)Common procurement vocabulary (CPV)

90731800, 38344000, 90731400, 90731500, 90730000, 51230000, 71630000, 71600000, 71632000, 34120000, 34140000

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: yes
Tenders may be submitted for one or more lots
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:
It is estimated that around 900 buses will need to be retrofitted with NOx abatement equipment under this framework agreement.
II.2.2)Information about options
Options: yes
Description of these options: 2 years fixed with option to extend up to 2 years at TfL's discretion.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
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: Supply and installation of NOx abatement equipment
2)Common procurement vocabulary (CPV)

90731800, 38344000, 90731400, 90731500, 90730000, 51230000, 71630000, 71600000, 71632000, 34120000, 34140000

Lot No: 2 Lot title: Repair and maintenance of NOx abatement equipment
2)Common procurement vocabulary (CPV)

90731800, 38344000, 90731400, 90731500, 90730000, 51230000, 71630000, 71600000, 71632000, 34120000, 34140000

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details will be provided in the invitation to tender documentation. A parent company guarantee or performance bond may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be provided in the invitation to tender documentation. Payment will be in pounds sterling and will normally be made by means of an electronic funds transfer.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting authority shall require that any contract (s) awarded will be entered into by a single entity on behalf of the successful candidate (s).
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
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: To be considered for the project you must first complete the PQQ condition of participation. To express an interest in this tender, the company needs to be registered on the eSourcing portal. It is important that suppliers do not register more than once so please read carefully the instructions on the home page before proceeding with a registration. There may be a mixture of online & offline actions for you to perform. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Interested parties should note that they may be additionally required to supply copies of at least 3 years of their audited accounts. Services of an independent third party financial assessment agency may also be used.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Interested parties will be required to undergo assessment via a pre-qualification questionnaire and ITN if invited at a later stage.
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

Periodic indicative notice

Notice number in the OJEU: 2011/S 066-107253 of 5.4.2011

IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
26.3.2012 - 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 tenders
Date: 26.3.2012

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:
The procurement process is being conducted on behalf of Transport for London (TfL). TfL is a complex organisation operating both as a Functional Body of the Greater London Authority (GLA) under the direction of the Mayor of London and as a provider of transport services. The services supplies or works may be provided to TfL and/or its subsidiaries and/or the GLA or any other authority that is subject to the requirements of either EU directive 2004/17/EC or 2004/18/EC.
It is anticipated that a contract(s) will be awarded by Transport for London (TfL) but any part of TfL and/or any of its subsidiaries may award contract(s) as appropriate. The Awarding Authority reserves the right to withdraw from the procurement process and may award a contract(s) in whole, in part, or not at all as a result of the competition called for by this notice and the Awarding Authority shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process. All discussions and meetings will be conducted in English.
Tenders and supporting documents must be priced in sterling and all payments made under the contract will be in sterling.

TfL and/or any subsidiary of TfL or the GLA may interview any or all companies who express an interest for tendering for this work. If and when this requirement is offered to tender, it may be done in whole or in part via electronic means using the internet, and may also be through the medium of an electronic reverse auction. TfL strongly supports and implements the Greater London Authority Group Responsible procurement policy. Details about the policy can be found on www.london.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.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: TfL will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers.
That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to appeal the award decision before the contract is entered into Utilities Contracts Regulations (SI 2005 No 6) 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:
24.2.2012