Design and development of a air conditioning concept for deep tube application.

Contract notice - utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

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

Transport for London
EVO Air Conditioning Concept Design for Rolling Stock, Deep Tube Project, 4th floor, 55 Broadway
Contact point(s): Andrew Walker
For the attention of: Hardeep Deol
SW1H 0BD London
UNITED KINGDOM
Telephone: +44 2030540020
E-mail:

Internet address(es):

General address of the contracting entity: http://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
Railway services
Urban railway, tramway, trolleybus or bus services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Design and development of a air conditioning concept for deep tube application.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Greater London.

NUTS code UKI11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Under the TfL’s Deep Tube Programme (DTP), London Underground (LUL) is developing its requirements for new rolling stock for use on the Bakerloo, Piccadilly and Central Lines. There is a desire for the trains to incorporate an air conditioning system. LUL recognize that there are risks and integration challenges related to providing air conditioning on deep tube rolling stock. LUL wish to commission a concept design study of the air conditioning system to enable LUL to assess the suitability of such a system and confidently specify that a conventional air conditioning system is technically suitable and should be included as part of train manufacturers design for the new trains.
LUL may decide to engage multiple air conditioning suppliers to undertake the initial study and prepare alternative concept designs. Depending upon the outcome of the concept design study and in addition to any future design study, LUL may invite supplier(s) to propose alternative concept designs to meet its requirements. This may consist of a further tender to build a working demonstrator of the rolling stock air conditioning system for either a laboratory or full scale on-network trial.
The concept design study is proposed to be in two stages. Stage 1 would be the design of the conventional air conditioning system and would likely be between June 2012 and January 2013. Stage 2 would relate to the ice storage concept. The decision to proceed with stage 2 would be contingent upon the success of stage 1. This design would likely be between January and November 2013. Stage 2 may require some specialist input to design the heat exchangers and storage requirements.
LUL may require the applicant’s involvement in the further development of the air conditioning system. This may involve development of the concept design study beyond stages 1 and 2 above and may include (but shall not be limited to) meetings and discussions with rolling stock manufacturers involved in the DTP leading to production of a detailed design of an air conditioning system solution for the DTP and/or existing LUL rolling stock.
II.1.6)Common procurement vocabulary (CPV)

71000000, 71340000, 71350000, 71330000, 71320000, 71310000, 73200000, 71620000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Contracting Authority is proposing to award a single contract to each suitable service provider. The initial contract duration period anticipated to be 150 days with an option of a possible 210 day extension, which is subject to change to meet the Contracting Authority’s requirements. Further details will be included in the tender documentation.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 18 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond or parent company guarantee may be required by the contracting authority. The requirements will be set out in the invitation to tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The Contracting Authority's terms and conditions of payment will apply and will be set out in the ITT documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but in the event that a group of supplier’s submitting an acceptable tender and meeting the criteria for award, it will be necessary to provide an undertaking that each company will be jointly and severally responsible for the due performance of the contract.
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: Interested parties should provide:
- A statement of their willingness to work as part of a collaborative team,
- Details of their past experience in developing and delivering rolling stock air conditioning systems for both metro and heavy rail application,
- Details of any specialist suppliers that may be used (particularly considering the stage 2 ice storage concept),
- Examples of the development of air conditioning units tailored to a rolling stock design,
- Examples of any cases where they have improved the energy efficiency of rolling stock air conditioning systems,
- A description of the design and engineering capability that would likely be available to work on this commission,
- Ability and willingness to participate in design workshops and reviews in London,
- Confirmation of their acceptance that LUL may share information (including associated intellectual property) from stages 1 and 2.
Applicants may be required to complete a pre-qualification questionnaire (PQQ), details of which will be provided separately upon receipt of an expression of interest.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants may be required to provide annual turnover and current level of resources.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Applicants may be required to provide CVs and professional qualifications of their proposed staff and if applicable to include any sub-contractors during the procurement process.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
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
no
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
28.12.2011
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

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:
Transport for London (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, including providing services for surface transport (streets).
The Contracting Authority is acting as a central purchasing body on behalf of itself (all members of the TfL group of companies) and the Greater London Authority and its other functional bodies (currently, London Development Agency, the Metropolitan Police, the London Fire and Emergency Planning Authority). Any of these bodies may award a contract to the successful bidder substantially on the terms of the contract awarded by the Contracting Authority (if any). Further details will be given in the invitation documents.

Further information on TfL may be found at www.tfl.gov.uk.

If and when this requirement is offered to tender, this may at the awarding authority’s discretion, be by electronic e-tendering or e-auction or e-award system.
The Contracting Authority reserves the right to award the contract in whole or in part or not at all as a result of this call for competition. The Contracting Authority shall not be liable for any costs or expenses incurred by any bidders in responding to this notice or in tendering for the proposed contract(s). The Contracting Authority may interview any or call or all companies who express an interest in tendering for this work.
Applicants should note that notwithstanding previous registration on TfL’s list of vendors they must re-apply if they wish to be considered for the scheme (services/supply/works) advertised.
TfL embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership.

TfL strongly supports and implements the Greater London Authority Group Responsible Procurement Policy. Details about the policy can be found on the publications page of the Transport for London website www.tfl.gov.uk/businessandpartners/sellingtotfl/1337.aspx GLA Responsible Procurement Policy (pdf). 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: The Contracting Entity will operate a 10 day standstill period following notification to bidders of the contract award decision. The contract will not be entered into during this standstill period. Requests for future debriefing and appeals must be made in accordance with the Utilities Contracts Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
23.11.2011