Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Transport for London (Commercial Services)
Postal address: Windsor House, 42- 50 Victoria St.
Town: London
Postal code: SW1H 0TL
Country: United Kingdom
For the attention of: Daniel Farley
E-mail: danielfarley@tfl.gov.uk
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Electronic access to information: https://eprocurement.tfl.gov.uk
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and 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)Type of the contracting authorityRegional or local authority
I.3)Main activityOther: transport
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tunnelling and Construction Academy (TUCA).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: UK.
NUTS code UK UNITED KINGDOM
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)
TfL requires a Training Provider(s) to manage, deliver and develop a range of training and qualifications, appropriate to the Tunnelling and Underground Construction and transport industries. The training will be delivered at the Tunnelling and Underground Construction Academy (TUCA) site, which has been designed to provide a realistic, simulated work environment that will enable the delivery of the full range of skills and qualifications appropriate to the tunnelling and underground construction industry. TUCA was established by Crossrail Limited in 2011 and will continue to deliver the training and skills required by the contractors working on the Crossrail project and beyond, providing an unrivalled source of well trained, work ready local labour. Tideway is also a long-time supporter and committed to TUCA, recognising its vital role in upskilling the underground construction workforce. The Training Provider(s) will continue to deliver up-to-date and appropriate skills and qualifications, based on employer demand and identified skills needs from 7 January 2017. The service provider will also be expected to maximise the training revenue opportunities from the TUCA site. TfL will provide the service provider exclusive use of approximately 50 percent of the TUCA site to enhance opportunities to generate additional revenue from training or events.
II.1.6)Common procurement vocabulary (CPV)43123000 Tunnelling machinery, 43124000 Boring machinery, 45000000 Construction work, 45210000 Building construction work, 45213000 Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport, 45214500 Construction work for buildings of further education, 45214800 Training facilities building, 45220000 Engineering works and construction works, 45221200 Construction work for tunnels, shafts and subways, 45221240 Construction work for tunnels, 45221241 Road tunnel construction work, 45221242 Railway tunnel construction work, 45221247 Tunnelling works, 45221248 Tunnel linings construction work, 45221250 Underground work other than tunnels, shafts and subways, 80000000 Education and training services, 80300000 Higher education services, 80400000 Adult and other education services, 80490000 Operation of an educational centre, 80500000 Training services, 80520000 Training facilities, 80531000 Industrial and technical training services, 80531100 Industrial training services, 80531200 Technical training services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 60 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe 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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 1: and maximum number 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
TfL 92262
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate27.6.2016 - 12:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:27.5.2016