Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
PSF294200 — Professional Services Frameworks 2 — Commercial Services
Reference number: DN369200
II.1.2)Main CPV code71000000 Architectural, construction, engineering and inspection services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this procurement is to establish a framework agreement to procure commercial services services (the Framework Agreement) for Transport for London (TfL), The Greater London Authority (GLA), and all London borough councils and the City of London. The suite of TfL professional services frameworks are TfL's and its group companies' primary means of accessing engineering, planning and project management support and expertise from the external supply chain. In line with its Commercial Strategy, TfL continues to work within a category management approach for replacing the current suite of frameworks. Fundamental to the success of the programme is ensuring that the intended users have access to the necessary technical and specialist skills and services to meet their requirements. The key strategic objectives of the new suite of frameworks includes higher quality service provision, reduced costs and greater value for money.
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Lowest offer: 1.00 GBP / Highest offer: 50 000 000.00 GBP taken into consideration
II.2)Description
II.2.1)Title:
Estimating and Cost Intelligence
Lot No: 1
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
To provide support on the following:
Workstream 1: Curation of cost intelligence
Analyse TfL cost data, maintain the TfL cost intelligence database and inflation cost model, produce the TfL estimating books and tender price inflation indices, support and advise the TfL estimating and cost management teams
Workstream 2: Cost intelligence research and development
Deliver research and development projects supporting the TfL Cost Intelligence development programme including gathering and analysing internal and external cost data and benchmarks to update existing or develop new cost models, cost breakdown and feedback structures, templates and processes; produce reports and provide professional advice to enhance TfL’s cost intelligence.
Workstream 3: Estimate review and assurance
Workstream 4: Estimate service delivery
Prepare robust estimates utilising best practice and complying with TfL guidance, procedures and templates;providing associated professional advice and support to TfL.
II.2.5)Award criteriaQuality criterion - Name: Price is not the only award criterion and all criteria are stated in the procurement documents / Weighting: 80
Price - Weighting: 20
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The purpose is to provide an approximation of project time and cost targets. Cost Planning is defined to be the assessment of cost prior to the availability of knowledge of the elemental contents of a project. Benchmarking is a process used in management in which organisations evaluate various aspects of their processes at the strategic and operational level against current best practice. Life cycle costing is a technique to establish the total cost of ownership. It is a structured approach that addresses all the elements of this cost and can be used to produce a spend profile of the product or service over its anticipated life-span. Value management is a structured means of improving business decisions with the aim of maximising the overall performance of an organisation, increasing effectiveness and enhancing competitiveness. It is concerned with optimising the conceptual, technical and operational aspects of a project's deliverables. Value Engineering utilises a series of proven techniques during the implementation phase of a project.
II.2.5)Award criteriaQuality criterion - Name: Price is not the only award criterion and all criteria are stated in the procurement documents / Weighting: 60
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
79418000 Procurement consultancy services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
Supplier engagement is a way of initiating engagement with suppliers. Strategic procurement services determines the high level principles, vision, mission and values and the creation of a specific or linked procurement strategies and sourcing delivery method(s) for a significant procurement event. The context for supply of these services is multi-£bn mega-projects and/or major projects in the infrastructure and transport sectors to OJEU — compliant public sector best practice standards. Operational procurement services identifies sources and recommends the means of procuring and contracting for goods and services for a project.
II.2.5)Award criteriaQuality criterion - Name: Price is not the only award criterion and all criteria are stated in the procurement documents / Weighting: 60
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Claims Analysis and Management
Lot No: 4
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
Claims analysis and management is the analysis and management of contractor claims and the preparation and management of employer claims with respect to the contract on behalf of the internal client with the objective of settling contractually due sums and settling and resolving disputes. The overall aim is to minimise financial and legal risk to their client.
II.2.5)Award criteriaQuality criterion - Name: Price is not the only award criterion and all criteria are stated in the procurement documents / Weighting: 60
Price - Weighting: 40
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
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.2.1)Previous publication concerning this procedure IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Title:
Estimating and Cost Intelligence
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:08/07/2019
V.2.2)Information about tendersNumber of tenders received: 21
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Aecom Ltd
Town: St George's House, 5 St George's Road, Wimbledon, London
NUTS code: UK UNITED KINGDOM
Postal code: SW19 4DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Arcadis Consulting (UK) Ltd
Postal address: Arcadis House, 34 York Way
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: N1 9AB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Faithful+Gould (Holdings) Limited Active
Postal address: Woodcote Grove, Ashley Road, Epsom
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: KT18 5BW
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Mott MacDonald Ltd
Postal address: Mott MacDonald House, 8-10 Sydenham Road
Town: Croydon
NUTS code: UK UNITED KINGDOM
Postal code: CR0 2EE
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Mace Ltd
Postal address: 155 Moorgate
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC2M 6XB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N 2PB
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 20 000 000.00 GBP
Lowest offer: 1.00 GBP / Highest offer: 20 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:01/06/2020
V.2.2)Information about tendersNumber of tenders received: 28
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Aecom Ltd
Postal address: St George's House, 5 St George's Road, Wimbledon
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW19 4DR
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Arcadis Consulting (UK) Ltd
Postal address: Arcadis House, 34 York Way
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: N1 9AB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Costain Ltd
Postal address: Costain House, Vanwall Business Park
Town: Maidenhead
NUTS code: UK UNITED KINGDOM
Postal code: SL6 4UB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Faithful+Gould (Holdings) Ltd Active
Postal address: Woodcote Grove, Ashley Road, Epsom
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: KT18 5BW
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Gleeds Cost Management Ltd
Postal address: 95 New Cavendish Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: W1W 6XF
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Turner and Townsend Cost Management Ltd
Postal address: Low Hall, Calverley Lane, Horsforth
Town: Leeds
NUTS code: UK UNITED KINGDOM
Postal code: LS18 4GH
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Mott MacDonald Ltd
Postal address: Mott MacDonald House, 8-10 Sydenham Road
Town: Croydon
NUTS code: UK UNITED KINGDOM
Postal code: CR0 2EE
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Mace Ltd
Postal address: 155 Moorgate
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC2M 6XB
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 50 000 000.00 GBP
Lowest offer: 1.00 GBP / Highest offer: 50 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: PSFW2: 94200
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:01/06/2020
V.2.2)Information about tendersNumber of tenders received: 25
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Arcadis Consulting (UK) Ltd
Postal address: Arcadis House, 34 York Way
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: N1 9AB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Faithful+Gould (Holdings) Ltd Active
Postal address: Woodcote Grove, Ashley Road, Epsom
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: KT18 5BW
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Gleeds Cost Management Ltd
Postal address: 95 New Cavendish Street
Town: London,
NUTS code: UK UNITED KINGDOM
Postal code: W1W 6XF
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Mace Ltd
Postal address: 155 Moorgate
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC2M 6XB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Mott MacDonald Ltd
Postal address: Mott MacDonald House, 8-10 Sydenham Road
Town: Croydon
NUTS code: UK UNITED KINGDOM
Postal code: CR0 2EE
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Turner and Townsend Cost Management Ltd
Postal address: Low Hall, Calverley Lane, Horsforth
Town: Leeds
NUTS code: UK UNITED KINGDOM
Postal code: LS18 4GH
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 30 000 000.00 GBP
Lowest offer: 1.00 GBP / Highest offer: 30 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Claims Analysis and Management
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:01/06/2020
V.2.2)Information about tendersNumber of tenders received: 26
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: CPC Project Services LLP
Postal address: Quality House, 5-9 Quality Court, Chancery Lane
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC2A 1HP
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Currie and Brown UK Ltd
Postal address: 40 Holborn Viaduct
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1N 2PB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Gleeds Cost Management Ltd
Postal address: 95 New Cavendish Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: W1W 6XF
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Mace Ltd
Postal address: 155 Moorgate
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC2M 6XB
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Mott MacDonald Ltd
Postal address: Mott MacDonald House, 8-10 Sydenham Road
Town: Croydon
NUTS code: UK UNITED KINGDOM
Postal code: CR0 2EE
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Turner and Townsend Cost Management Ltd
Postal address: Low Hall, Calverley Lane, Horsforth
Town: Leeds
NUTS code: UK UNITED KINGDOM
Postal code: LS18 4GH
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 30 000 000.00 GBP
Lowest offer: 1.00 GBP / Highest offer: 30 000 000.00 GBP taken into consideration
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
Transport for London (TfL) is a complex organisation operating both as an executive agency of the Greater London Authority (GLA) under the direction of the Mayor of London and as provider of transport services.
The framework services may be provided to GLA/TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT). TfL has established this framework agreement for use by all London Boroughs (and any future successors to these organisations), City of London and the Greater London Authority and all its functional bodies. This framework is also open for use by the Department of Transport and Network Rail.
Any orders placed under this framework agreement will form a separate contract under the scope of this framework between the supplier and the specific contracting authority.
The contracting authority and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement.
The framework is a NIL award framework agreement and the authority is not committed to the estimated spend figure.
The framework agreement commencement date is the 1 June 2020 for lots 2 — Quantity Surveying, 3 — Procurement and 4 — Claims Analysis for a 3-year period expiring on the 31 May 2023. The authority may extend for up to a further 12 months for a total of 4 years.
The Framework Agreement commencement date is the 8 July 2019 for Lot 1 — Estimating and Cost Intelligence and for a 3-year period expiring on the 7 July 2022. The authority may extend for up to a further 12 months for a total of 4 years.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Transport for London
Postal address: 5 Endeavour Square
Town: London
Postal code: E20 1JN
Country: United Kingdom
VI.4.2)Body responsible for mediation proceduresOfficial name: Transport for London
Postal address: 5 Endeavour Square
Town: London
Postal code: E20 1JN
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Lot 1: Estimating and Cost Intelligence
TfL incorporated a standstill period from the point information on the award of the framework was made to tenderers, commencing on 4 June 2019 and ending on 21 June 2019. The standstill period was for 17 calendar days and provided time for tenderers to challenge the award decision before the framework was entered into.This Notice provides full information on the award decision.
Lots 2: Quantity Surveying, 3: Procurement, 4: Claims Analysis and Management
TfL incorporated a standstill period from the point information on the award of the framework was made to tenderers, commencing on 14 February 2020 and ending on 31 March 2020. The standstill period was for 46 calendar days and provided time for tenderers to challenge the award decision before the framework was entered into.This Notice provides full information on the award decision.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Transport for London
Postal address: 5 Endeavour Square
Town: London
Postal code: E20 1JN
Country: United Kingdom
VI.5)Date of dispatch of this notice:03/06/2020