91ÃÛÌÒÊÓÆµ

Construction Tenders

05 May 2025

Related Information

Construction Contract Leads

London

Category Works

Type

No. of Lots 1

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e6b6
Common Procurement VocabularyLift installation work
Procurement MethodNegotiated procedure with prior call for competition
Value£127,000,000
« Previous Page

London

Category Works

Type

No. of Lots 1

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e6b6
Common Procurement VocabularyLift installation work
Procurement MethodNegotiated procedure with prior call for competition
Value£127,000,000

Section I: Contracting entity

I.1) Name and addresses

Transport for London

5 Endeavour Square

LONDON

E201JN

Contact

Oliver Smith

Email

oliversmith1 [at] tfl.gov.uk

Country

United Kingdom

NUTS code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

I.6) Main activity

Urban railway, tramway, trolleybus or bus services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

London Underground Lifts Capital Replacements Framework

II.1.2) Main CPV code

  • 45313100 - Lift installation work

II.1.3) Type of contract

Works

II.1.4) Short description

London Underground Limited (LUL) operates and maintains a vast and complex Lift asset base, that ensure accessibility and safe passenger movement across the network.

LUL's lift asset base comprises a diverse range of installations, varying in age, condition, and design. Our lift replacement programme follows our asset strategy of replacements rather than refurbishments and focuses on asset condition not age. It is the current forecast that 6-10 Assets will be replaced per year under this Framework.

LUL intendeds to establish a Lift Replacement Framework through which we intend to appoint three contractors and a fourth as a reserve. The places on the Framework will be awarded according to the evaluation criteria outlined below. Call-offs from the framework to award Lift replacements will be through mini-competitions. These mini competitions may contain several lift replacements.

The first project under this framework is intended to be the lift replacement at Mornington Crescent station. We intend to award this call-off contract as part of the same procurement process used to establish the framework.

We hope that through the award of this framework we will establish good long-term relationships.

II.1.5) Estimated total value

Value excluding VAT: £127,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

TfL is aiming to procure a framework for lift replacements. The framework will be awarded to 3 suppliers based on the evaluation criteria and the 4th placed supplier will be the reserve.

The ITT will both be managed on TfL's e-tendering platform SAP Ariba. ITT submissions and any clarification queries must be submitted via the relevant SAP Ariba Sourcing Event.

This contract will have an initial term of 5 years with extension options up to a maximum of 9 years.

To request access to the Sourcing Event please email: Oliversmith1 [at] tfl.gov.uk

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £127,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

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.2.2) Time limit for receipt of tenders or requests to participate

Date

13 March 2025

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 March 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

High Court Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom