London Cable Car Operations and Maintenance (O&M) Contract

A Tender Notice
by TRANSPORT FOR LONDON

Source
Find a Tender
Type
Contract (Services)
Duration
8 year
Value
£0-£72M
Sector
TRANSPORT
Published
26 May 2023
Delivery
To 13 Feb 2032 (est.)
Deadline
27 Jun 2023 12:00

Concepts

Location

London - Royal Docks and the Greenwich Peninsula

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Dockland Light Railway Limited (DLRL) are seeking a sole supplier for the provision of services for the Operations and Maintenance (O&M) contract for the London Cable Car (LCC) for a period of five (5) years (initial contract period) and with an option to extend by one or more extensions (at DLRL's option) for a maximum of three (3) additional years. The O&M contract has five defined operating functions that the Contractor will need to provide services for: 1. Operations 2. Cableway Maintenance 3. Facilities Management 4. Retail 5. Business Revenue Development With respect to the cableway maintenance services (point 2 above), the successful Contractor will be required to enter into a nominated sub-contract (the Cableway Sub-Contract) with a specified cableway maintenance sub-contractor. The successful Contractor will therefore not be required to independently procure the cableway maintenance services but will be required to manage the Cableway Sub-Contract.

Total Quantity or Scope

Dockland Light Railway (DLRL) are seeking a sole supplier for the provision of services for the Operations and Maintenance (O&M) contract for the London Cable Car (LCC) for a period of five (5) years (initial contract period) and with an option to extend by one or more extensions (at DLRL's option) for a maximum of three (3) additional years. … The Contractor will be required to ensure they: 1. Deliver a service with a high quality and safety output which is reliable that meets all relevant requirements of UK Law and Regulations in line with the Volume 3 Contract terms and conditions 2. Deliver business priorities through the management of our capital renewals, enhancements, assurance regimes and management of DLRL contracts e.g., management of the successful cableway maintenance sub-contractor (via a novated contract). 3. Provide an environmentally sustainable river crossing service that helps to reduce TfL's overall carbon footprint in order to achieve a Net Zero Carbon (NZC) outcome 4. Be customer focused and have excellent operational staff who engage with LCC customers from ticket purchase to the end of the journey to improve yield 5. Keen to explore and implement other income streams (excluding customer pricing, and product marketing) 6. Represent the best in London through diversity, accessibility, and inclusion, making sure there is something for everyone on the LCC experience 7. Can continuously listen, react, and improve in everything DLRL does for the LCC 8. Support LCC neighbours and local partners in their goals and challenges 9. Can encourage and develop new initiatives/innovation for business development and improve profitability e.g., innovation through technology to complement the customer experience 10. Can be agile and adapt to a changing London 11. Work collaboratively as one organization with DLRL and TfL Commercial 12. Deliver a high-quality service that can add value and value for money 13. Work to and create processes that are less resource intensive for both parties i.e., the reduction in the volume of variations being completed 14. Operate as a market-leading commercialised leisure operation similar to other attraction across the UK whilst maintaining to be a mode of transport for the general public 15. Support the generation of revenue through various steams The requirements of this contract also includes the provision for ancillary good and services including but not limited to the supply of parts and materials, modifications, renewals, enhancements, and other management and planning services. An initial draft version (which remains subject to change prior to, and following, the issue of the ITT) of each of the O&M Contract and the Cableway Sub-Contract can be found in Appendix 6 - Volume 3 Contract terms and conditions (Draft) and Appendix 7 - LCC Cableway Maintenance Subcontract (Draft) to the SQ.

Renewal Options

The London Cable Car (LCC) Contract is for a for a period of five (5) years (initial contract period) and with an option to extend by one or more extensions (at DLRL's option) for a maximum of three (3) additional years.

CPV Codes

  • 60000000 - Transport services (excl. Waste transport)

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.

Other Information

Please note the following in order to access the tender documents to this procurement: Tender documents will be provided electronically via TfL's e-tendering portal SAP Ariba. Responses should be submitted electronically via TfL's e- tendering portal SAP Ariba. Interested Tenderers are to register with SAP Ariba via TfL's Supplier self-registration link, in order to participate in the tender process: https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL. SAP Ariba Supplier Registration Help Page: https://help.sap.com/docs/ARIBA_NETWORK_SUPPLIERS/ddd75910f67b4212b1c83f9d68cd2f.... If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk IMPORTANT NOTICE: ONCE REGISTERED, TENDERERS MUST SEND THEIR REGISTRATION DETAILS TO THE CONTACT EMAIL IN SECTION 1 OF THIS NOTICE IN ORDER TO VIEW THE OPPORTUNITY AND SUBMIT A RESPONSE. Tenderers must also click 'Intend to Bid' in order to fully register against the contract opportunity. ** PREVIEW NOTICE, please check Find a Tender for full details. ** Expressions of interest must be by way of completion and return of the selection questionnaire (SQ) (in accordance with the requirements set out in the SQ by the time limit in (Section IV.2.3) above)). The contracting authority (DLRL) considers that this contract is suitable for consortia. Tenderers should note that the procurement documents provide indicative information of the contracting authority's (DLRL) intended approach in the procurement process at this stage and are for general information only. The contracting authority (DLRL) reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure. The contracting authority (DLRL) reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this Contract Notice. An overview of the intended procurement process at Invitation to Tender (ITT) stage (subject to change and to the terms of the ITT documents themselves) can be found in Appendix 5 - Procurement Information for Tenderers (Invitation To Tender (ITT)) of the suite of documents provided for the Standard Selection Questionnaire (SQ) stage. DLRL intends to make a draft version of the ITT documents available to Tenderers. … TfL will not be liable to any person for any costs whatsoever incurred in the preparation of bids or in otherwise responding to the SQ or ITT. The contract value stated on this notice is an estimate range based on forecast purchase volumes and does not represent a promise or any guarantee to those amounts.

Reference

Domains