Services - 296890-2015

Display compact view

22/08/2015    S162

United Kingdom-London: Bicycles

2015/S 162-296890

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Official name: Transport for London — Surface Transport
Postal address: Palestra 197 Blackfriars Road
Town: London
Postal code: SE1 8NJ
Country: United Kingdom
Contact person: Commercia
For the attention of: Sean Payne
E-mail: seanpayne@tfl.gov.uk

Internet address(es):

General address of the contracting authority: www.tfl.gov.uk

Address of the buyer profile: www.tfl.gov.uk

Electronic access to information: www.eprocurement.tfl.gov.uk

Electronic submission of tenders and requests to participate: www.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 authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Official name: Greater London Authority

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The operation, management and maintenance of bicycles and the design and supply of bicycles and spare parts for the London Cycle Hire Scheme (LCHS).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKI LONDON

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)
The Contracting Authority wishes to procure, using a competitive dialogue procedure, a supplier to provide the following services for the London Cycle Hire Scheme (LCHS) under a bespoke services contract: — Bicycle Management which includes the operation, management and maintenance of the bicycles (existing fleet and next generation bicycles) for the LCHS; Design and supply of the next generation of bicycles (and spare parts for the existing fleet of bicycles and the new bicycles) for LCHS. Duration: The provision of the services for both elements is anticipated for up to a total of 133 months with the initial term duration being 63 months from the operational commencement date, with options to extend for periods up to 60 months. However, the duration of the contract may be subject to discussion during the competitive dialogue process and consequently the initial contract term and options to extend may be of shorter or longer duration. The necessary development and implementation stage expected between the contract award and the operational commencement is anticipated to be in the region of 7-10 months — future expansion and development of the LCHS: Please see section II.2.2 ‘Options’ of this Contract Notice. Please also see the Invitation to Participate (ITP) documentation for a further description of the additional services which may be required under the proposed contract. SME involvement — TfL actively encourages Economic Operators interested in this opportunity to engage and utilise SME's within their supply chain for the proposed contract.
II.1.6)Common procurement vocabulary (CPV)

34430000 Bicycles, 34431000 Non-motorised bicycles, 34432000 Parts and accessories for bicycles, 34432100 Tyres for bicycles, 48000000 Software package and information systems, 48330000 Scheduling and productivity software package, 50000000 Repair and maintenance services, 50100000 Repair, maintenance and associated services of vehicles and related equipment, 63710000 Support services for land transport, 72000000 IT services: consulting, software development, Internet and support, 72200000 Software programming and consultancy services, 72242000 Design-modelling services, 72300000 Data services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)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 scope of this contract includes (without limitation):
— bicycle management of the existing fleet and next generation of bicycles, including (without limitation):
— redistribution of bicycles; and
— preventative and reactive maintenance;
— bicycle tagging and tracking;
— incident management;
— retrieval of abandoned/found bicycles;
— design, build, testing and commissioning of the next generation of bicycles;
— supply of next generation of bicycles; and
— supply of spare parts for the existing fleet of bicycles and the next generation of bicycles.
The Contracting Authority reserves the right to amend the scope and scale of the requirement at any time during the procurement process or over the term of the contract to provide additional initiatives as per II.2.2 and including (but not limited to) infrastructure, assets, operation, maintenance and support for an electric bike hire scheme and/or for upgrades in technology for this or any other related or similar requirements to be delivered from the resulting contracts, or separately as appropriate. Please also see the ITP documentation for a further description of the additional services which may be required under the proposed contract.
Estimated value excluding VAT:
Range: between 50 000 000 and 500 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: There will be options to extend the services for increased numbers of assets, new sites, expanded geographical area, future development of the LCHS assets and scheme or other projects and initiatives including (but not limited to) infrastructure, assets, operation, maintenance and support for an electric bike hire scheme within (but without limitation) the London Borough of Haringey and/or for upgrades in technology for this and any other related or similar requirements to be delivered from the resulting contracts, or separately as appropriate. These may also entail the introduction of technology including (but not limited to) GPS and Mobile Phone App, safety features for bicycles and cyclists, change of sponsor, the operation of similar projects or initiatives, and the provision of a contact centre. The Contracting Authority may also require the Economic Operator to extend, modify, amend, enhance and/ or update the services and/or IT infrastructure and system(s) used in any of the service requirements and/or for any additional schemes, operations for similar projects and initiatives or amendments to the services and systems to support new charging methods such as, (but not limited to) time based charging mechanisms as requested by the Contracting Authority and to take account of advances in technology generally. Further details of options are provided in the ITP documents.
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: 133 (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:
The Contracting Authority's requirements will be set out in the ITP documents, but a Parent Company Guarantee and/or a Performance Bond or other form of security acceptable to the Contracting Authority may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be provided in the ITP documentation. Payment will be in pounds sterling and will normally be made by means of an electronic funds transfer.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority requires that any contracts awarded will be entered into by a single legal entity on behalf of the successful Economic Operator.
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: To express an interest in this opportunity, the Economic Operator needs to be registered on the Contracting Authority's etendering portal. To register or to check if you are already registered log on to www.eprocurement.tfl.gov.uk It is important that Economic Operators read the instructions carefully on the home page before proceeding with a registration.

To be considered for this opportunity the Economic Operator must first complete the Pre-Qualification Questionnaire (PQQ) (eligibility criteria) condition of participation. An Economic Operator guidance document is attached within the ‘opportunity documents’ section. This will give instructions to facilitate the submission. If you require any further assistance please contact the etendering helpdesk or send a message to the Contracting Authority via the clarifications area on the e-tendering portal.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Specific information shall be required and set out in the PQQ. Economic Operators should note that they will be also be required to supply copies of at least the last 2 years of their audited accounts. The services of an independent third party financial assessment agency will also be used.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Specific information and requirements will be detailed in the PQQ and the ITP documents.
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: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: 1) Economic and Financial stability and capacity appropriate to contract. 2) Relevant experience and technical capacity and capability. Specific information and requirements will be detailed in the PQQ documentation including how Economic Operators will be down selected for the ITP stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
tfl_scp_000884
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 180-310803 of 17.9.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.9.2015 - 12:00
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 up
English.
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 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

The Contracting Authority 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. The services may be provided to the Contracting Authority and/or its subsidiaries or the GLA and its functional bodies including but not limited to the Metropolitan Police Authority, London Fire and Emergency Planning Authority or the London Boroughs and the City of London or the London Legacy Development Corporation or the Royal Parks or London Ambulance Service or any other authority that is subject to the requirements of either EU directive 2004/17/EC or 2014/24/EU. Any part of the Contracting Authority and/or any of its subsidiaries may award contracts as appropriate. The Contracting Authority reserves the right to withdraw from the procurement process and may award contracts in whole, in part, or not at all as a result of the competition called for by this notice and may amend the scope of services and / or content during the procurement process or at any time during the term of any contract awarded. The Contracting Authority reserves the right to reject Economic Operators or disqualify or revise the pre-qualification status of Economic Operators who a) provide information which is discovered to be untrue or incorrect b) do not submit a tender in accordance with the Contracting Authority's requirements and/or c) fulfil one or more of the criteria in Regulation 57 of Public Contracts Regulations 2015. The Contracting Authority shall not be liable for any costs or expenses incurred by any Economic Operators in considering and/or responding to the procurement process. All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in sterling and all payments made under the contracts will be in sterling. The Contracting Authority intends to use electronic means including the internet in carrying out the procurement process. In addition, electronic ordering, invoicing and payment will be used for the purposes of this contract. The Contracting Authority strongly supports and implements the Greater London Authority Group Responsible Procurement Policy. Details about the policy can be found on www.london.gov.uk/rp. 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.

LOT STRUCTURE:
Given the complex and key inter-dependencies that exist between the service elements within the scope of this procurement, it would not be realistic or feasible for all Economic Operators to submit informed and effective bids without fully understanding the delivery requirements of each service element such as an effective spare parts and maintenance strategy. As a result this procurement will not be divided into separate lots, but will be procured as one.
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: Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a stand still period at the point information on the award of the contract is communicated to Economic Operators. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful Economic Operators to challenge the award decision before the contract is entered into. Any appeal or request for additional information should be sent to the name and address in Section I.1. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.8.2015