Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Docklands Light Railway Ltd
Castor Lane, Poplar
London
E14 0BL
UK
Person cyswllt: Ana Vaccaro
Ffôn: +44 2070384000
E-bost: anavaccaro@tfl.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.tfl.gov.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://lucpd.bravosolution.co.uk/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://lucpd.bravosolution.co.uk/web/login.html
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Beckton Depot Northern Sidings Upgrade Project
Cyfeirnod: TfL-01352
II.1.2) Prif god CPV
45234112
II.1.3) Y math o gontract
Gwaith
II.1.4) Disgrifiad byr
The scope of works will entail building new stabling roads. This will require additional track, new Switch and Crossings (S&C) units, platforms, walkways, lighting, communications and signalling. Therefore the scope encompasses all of the disciplines below and is divided into the following packages of works:
— civils,
— communications systems,
— signalling,
— permanent way,
— electrical traction equipment,
— electrical services and depot equipment, and
— mechanical services.
The contract will be let on a build only basis as detailed design will be completed separately and prior the commencement of this works.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
18 Armada Way, Beckton, London, E6 7FB.
II.2.4) Disgrifiad o’r caffaeliad
Docklands Light Railway (DLR) is procuring 33 new fixed formation trains as part of its Rolling stock replacement programme (RSRP) to replace the life expired B90/92 fleet and 10 new fixed formation trains. The new trains are needed to meet the service requirements for future growth and development in the royal docks area. In order to facilitate these new trains, the maintenance and stabling capacity of the Beckton Depot (located in London) will need to be upgraded.
DLR is seeking a contractor to undertake the following work:
Area 1: installation of surface water drainage, train wash with road access and associated pump room. Completion of a retaining wall will be required, along with an attenuation tank up to 100 m3. Installation of a security access fence to the site boundary. To achieve this, provision of temporary power and water, installation of surface water drainage, a new ATO Test Track with a level crossing, train wash and associated pump room. Attenuation will be required within this area and current drainage calculations suggest this will not be larger than 100 m3. Also, rolling stock AVI (Automatic vehicle inspection) is required to be housed alongside the train wash. An enabling works team will have completed some of the required ground remediation in advance of the Northern Sidings works. Their scope includes installation of a retaining wall (western section) however construction of the eastern section of the wall, which is included in the Northern Sidings project, will need to take place following the decommissioning of the current test track and after construction and commissioning of a new temporary test track in the Southern Sidings.
Area 2: installation of hoarding, decommission of existing roads D, E and F, installation of drainage and associated services. To achieve this, decommissioning existing roads D, E and F will be required, prior to the installation of drainage and associated services to support the works.
Area 1/2 combined: installation, test and commission of ballasted track and associated access platforms for new roads BA — BK inclusive; all roads to be signalled and controlled as per design.
To achieve this, installation, test and commissioning of 11 No stabling roads. The disciplines included are:
(i) track (including associated ballast and tamping);
(ii) civils (including platforms).
The works also include the installation, test and commissioning of the services to allow the use of the stabling roads. The disciplines include, but are not limited to:
(i) power (LV and traction);
(ii) lighting (including columns);
(iii) water provision for cleaning;
(iv) CRMS;
(v) 2 No REBs (Relocatable equipment buildings) to house points and points heating control.
Train delivery roads will need to be provided to enable the delivery of the new rolling stock.
Further information can be found in the SQ Pack made available with the contract notice.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 65
Maes prawf ansawdd: Commercial
/ Pwysoliad: 35
Maen prawf cost: Most economically advantageous tender
/ Pwysoliad: 100
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 35 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 12
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 4
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.12) Gwybodaeth am gatalogau electronig
Rhaid i dendrau gael eu cyflwyno ar ffurf catalogau electronig neu gynnwys catalog electronig
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.6) Adneuon a gwarantau sy’n ofynnol:
DLR may require the Contractor to provide a Parent company guarantee (PCG). The decision to require a PCG will be made by DLR during the tender evaluation stage and will depend on the financial strength of the contractor. The signed PCG must be provided by the contractor at the time of the contract execution.
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
Details of the payment arrangements can be found in the draft contractual terms which are included in the procurement documents.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
These can be found in Part 4 of the procurement documents, and the draft contractual terms which have been published alongside this contract notice.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2018/S 248-574563
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
11/09/2019
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
07/10/2019
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 12 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The procurement process is being conducted by Docklands Light Railway (DLR) which is which is part of the Transport for London (TfL) Group. TfL operates as a functional body of the Greater London Authority (GLA) under the direction of the Mayor of London.
Applicants shall note the following:
— all applicants are required to express an interest by registering on the eSourcing Portal (www.lucpd.bravosolution.co.uk). Registering is only required once,
— all applicants must complete the Selection questionnaire (SQ) on the eSourcing Portal.
Registering:
Applicants should browse to the eSourcing Portal and complete the following:
(a) click the ‘Click here to register' link;
(b) accept the terms and conditions and click ‘continue';
(c) enter your business and user details;
(d) note the username you use and click ‘Save' when complete;
(e) you will then receive an e-mail with your unique password.
Access to the Selection questionnaire (SQ) and SQ pack:
(a) login to the eSourcing Portal with your unique username and password;
(b) click on the ‘PQQs Open to All Suppliers' link;
(c) click on the relevant titled pre-qualification item;
(d) click the ‘Express Interest' button in the ‘Actions' box on the left hand side of the page (this will move the pre-qualification pack into the applicants ‘My PQQ' box) — this is a secure area for projects only;
(e) click on the PQQ code — the applicant can now access any attachments by clicking the ‘Settings and Buyer Attachments' in the actions box;
(f) download the documents relating to the pre-qualification questionnaire. Click ‘Attachments' on the left hand side. The number in brackets refers to number of documents that need to be downloaded. Click on the bold and underlined filename. Select ‘Save' and store on your PC.
Responding to the SQ:
(a) the applicants must now choose ‘Reply' or ‘reject' (please give a reason if rejecting);
(b) applicants must use the messages functions to communicate with DLR or seek clarification;
(c) please note the deadline for completion, this is a precise time and the eSourcing portal will reject an applicant's pre-qualification questionnaire if it is submitted after this time;
(d) applicants should click ‘Publish' when they wish to submit the final completed pre-qualification questionnaire. Please note that there is detailed online help for further assistance contact the BravoSolution helpdesk which is available Monday to Friday (08.00 a.m. to 06.00 p.m.) BST on (a) email: help@bravosolution.co.uk or (b) telephone 08003684850, or outside UK +44 (0)2033496601.
DLR will use the information provided to select applicants to be invited to tender for the contract. A response to this notice does not guarantee that an applicant will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to DLR. DLR does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. Any contract let by DLR may contain provision that the contract may be extended at DLR's discretion. DLR shall not be liable for any costs or expenses incurred by any applicant in considering and / or responding to the procurement process.
Any applicant who:
— provides information or confirmations which later prove to be untrue or incorrect, or
— does not supply the information required by this notice or by the selection questionnaire and the SQ pack, or as otherwise required by DLR during the award process, or
— by reference to Regulation 80 of the UK Utilities Contracts Regulations 2016 fails any one or more of the criteria set out in Regulation 57 of the UK Public Contracts Regulations 2015 will be disqualified.
DLR reserves the right to require the submission of any additional, supplementary or clarification information as it may, in its absolute discretion, consider appropriate.
Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling unless otherwise stated.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Transport for London
London
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
13/08/2019