Section I: Contracting entity
I.1)Name and addresses
Official name: Docklands Light Railway Ltd
Postal address: E14 0BL
Town: London
NUTS code: UK United Kingdom
Country: United Kingdom
Contact person: Reece Winch
E-mail: reecewinch@tfl.gov.uk
Telephone: +44 7850516757
Internet address(es):
Main address: www.tfl.gov.uk
I.6)Main activity
Railway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Beckton Depot Northern Sidings Project
Reference number: TfL-01352
II.1.2)Main CPV code
45234112 Railway depot construction work
II.1.3)Type of contract
Works
II.1.4)Short description:
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 let on a build only basis as detailed design completed separately and prior the commencement of this works.
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UK United Kingdom
Main site or place of performance:
18 Armada Way, BECKTON, London, E6 7FB
II.2.4)Description of the procurement:
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.
The works required to be undertaken;
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. A new ATO Test Track with a level crossing,. 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.
As previously stated the scope includes installation of a retaining wall construction of the eastern section of the retaining wall will need to take place following the decommissioning of the current test track.
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 11no 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) 2no 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.
II.2.5)Award criteria
Quality criterion - Name: Technical / Weighting: 65
Quality criterion - Name: Commercial / Weighting: 35
Cost criterion - Name: Most economically advantageous tender / Weighting: 100
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 157-389205
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a periodic indicative notice
Section V: Award of contract
Contract No: TfL-01352
Lot No: 1
Title:
Beckton Depot Northern Sidings Project
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
05/01/2021
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Buckingham Group Contracting Ltd
National registration number: 02181671
Postal address: MK18 5LJ
Town: Stowe
NUTS code: UK United Kingdom
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 53 %
Short description of the part of the contract to be subcontracted:
Independent Control Systems Limited (ICONSYS) - 5.4 %; Signalling systems
Emeg Electrical Ltd (EMEG)- 13.2 % -M&E engineering services
Sonic Rail Services (SRS- 16.3 % - Track installation
RT Infrastructure Solutions Ltd (RT-IS)-17.9 % -Skilled workforce
V.2.6)Price paid for bargain purchases
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Transport for London
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:
02/03/2021