Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Docklands Light Railway Wheel Lathe Removal and Replacement with a New Lathe.

  • First published: 05 November 2014
  • Last modified: 05 November 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Docklands Light Railway Limited
Authority ID:
AA30907
Publication date:
05 November 2014
Deadline date:
09 December 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The requirement is to supply, install and commission a new wheel lathe to replace the existing wheel lathe which is currently being operated by Docklands Light Railway Limited (DLRL) at its maintenance facility at Beckton in East London. The new wheel lathe will be installed in the same location as the existing lathe. This means that the successful Bidder will have to decommission and first remove the old lathe which weights approximately 15t.

The new wheel lathe must be capable of turning at least 6 train axles in a 4 hour period and have a total capacity of no less than 1 650 train axles per annum.

Depending on the weight, and size of the new wheel lathe, the work may require an amount of building works involving new foundations or bases for the new lathe and alterations to the existing maintenance shed.

The new wheel lathe will also require a system which allows the accurate locating of the DLR rail vehicles over the lathe.

The successful Bidder will also be required to provide training, including operation and maintenance manuals in English to allow DLR staff to operate and maintain the lathe.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


Docklands Light Railway Limited

PO Box 154, Castor Lane, Poplar

London

E14 0DX

UK

David Keep

Ke Tran

+44 2073639755

ke.tran@dlr.tfl.gov.uk

+44 2073639708

www.dlr.co.uk


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

Docklands Light Railway Wheel Lathe Removal and Replacement with a New Lathe.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Site or location of works, place of delivery or performance

Beckton Depot, Armada Way, Beckton, London E6 7FB.


NUTS Code UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Frequency of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The requirement is to supply, install and commission a new wheel lathe to replace the existing wheel lathe which is currently being operated by Docklands Light Railway Limited (DLRL) at its maintenance facility at Beckton in East London. The new wheel lathe will be installed in the same location as the existing lathe. This means that the successful Bidder will have to decommission and first remove the old lathe which weights approximately 15t.

The new wheel lathe must be capable of turning at least 6 train axles in a 4 hour period and have a total capacity of no less than 1 650 train axles per annum.

Depending on the weight, and size of the new wheel lathe, the work may require an amount of building works involving new foundations or bases for the new lathe and alterations to the existing maintenance shed.

The new wheel lathe will also require a system which allows the accurate locating of the DLR rail vehicles over the lathe.

The successful Bidder will also be required to provide training, including operation and maintenance manuals in English to allow DLR staff to operate and maintain the lathe.

II.1.6)

Common Procurement Vocabulary (CPV)

34000000
34600000
34620000
34631400
51000000
51100000
51500000
51110000
51120000
51111100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Deposits and guarantees required

Parent company guarantees may be requested. Performance bonds may also be required as an alternative or in addition to parent company guarantees.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

The winning bidder will be remunerated by a specified fee.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

No particular legal form is required.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


Please refer to the Pre-Qualification Questionnaire.

III.2.2)

Economic and financial capacity


Please refer to the Pre-Qualification Questionnaire.


III.2.3)

Technical capacity


Please refer to the Pre-Qualification Questionnaire.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 09-12-2014  12:00

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Respondents should note the following:

(a) The description provided in II.1.5 represent the current anticipated requirements of Docklands Light Railway Limited. Docklands Light Railway Limited 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.

(b) Interested respondents must complete the pre-qualification questionnaire which can be obtained by emailing a request to ke.tran@dlr.tfl.gov.uk

(c) A response to this notice does not guarantee that an entity will be invited to tender; the process for selection of bidders to be invited to tender will be set out in the pre-qualification documents. The award process may be terminated or suspended at any time without cost or liability to Docklands Light Railway Limited, Transport for London (TfL) or any other party.

(d) Neither Docklands Light Railway Limited nor TfL binds itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Docklands Light Railway Limited reserves the right to vary the procedure relating to the conduct of the award process and to require further information from respondents.

(e) Docklands Light Railway Limited has developed an approach to ensure that past performance on relevant contracts/operations can be taken into account and assessed during the procurement process, and prior to entering into the contract. In addition to assessing the bidders' technical ability to deliver the contract, this will give Docklands Light Railway Limited confidence, based on past performance, that the successful Bidder will perform the contract in a satisfactory manner. Docklands Light Railway Limited will assess these requirements at the pre-qualification stage. In addition, bidders may be asked, at any subsequent procurement stage, to update the evidence they have provided in relation to past performance to reflect more recent performance on new or existing contracts, or to confirm that nothing has changed. Furthermore, Docklands Light Railway Limited reserves the right to request further information from referees at any procurement stage.

(f) Docklands Light Railway Limited embraces diversity and welcomes applications from all suitably skilled suppliers who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. Docklands Light Railway Limited welcomes applications from suppliers committed to the principles of reducing, reusing and recycling resources and to the practices of buying recycled. Docklands Light Railway Limited strongly supports and implements the Greater London Authority Group Responsible Procurement Policy, details of which may be found at: http://www.london.gov.uk/rp/policy/

Further details as to the application of responsible procurement to this procurement may be set out in the pre-qualification and tender documents.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


High Court of England and Wales

Royal Courts of Justice Strand

London

WC2A 2LL

UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals


Docklands Light Railway Limited 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 challenge the award decision before the contract is entered into. The 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


Crown Commercial Service

Rosebery Court, St Andrew's Business Park

Norwich

NR7 0HS

UK




VI.5)

Dispatch date of this Notice

 31-10-2014

Coding

Commodity categories

ID Title Parent category
51000000 Installation services (except software) Other Services
51111100 Installation services of electric motors Installation services of electric motors, generators and transformers
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
51500000 Installation services of machinery and equipment Installation services (except software)
51120000 Installation services of mechanical equipment Installation services of electrical and mechanical equipment
34600000 Railway and tramway locomotives and rolling stock and associated parts Transport equipment and auxiliary products to transportation
34620000 Rolling stock Railway and tramway locomotives and rolling stock and associated parts
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services
34631400 Wheel axles and tyres and other parts of locomotives or rolling stock Parts of locomotives or rolling stock

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.