We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 434367-2014

Display compact view

20/12/2014    S246

United Kingdom-London: Hardware consultancy services

2014/S 246-434367

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Official name: Transport for London (Information and Communications Technology)
Postal address: Windsor House 42-50 Victoria St.
Town: London
Postal code: SW1H 0TL
Country: United Kingdom
Contact person: via https://eprocurement.tfl.gov.uk
E-mail: itsframework@tfl.gov.uk

Internet address(es):

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

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

Electronic access to information: https://eprocurement.tfl.gov.uk/epps/home.do

Electronic submission of tenders and requests to participate: https://eprocurement.tfl.gov.uk/epps/home.do

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
Other: Public Transport
I.3)Main activity
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
Postal address: Details are provided within Appendix E of the PQQ

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
ICT11448 IT Solutions Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code UK UNITED KINGDOM,UKI LONDON

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 12

Duration of the framework agreement

Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
The IT Solutions Framework is intended to provide products and/or services required to meet ICT project delivery needs. Transport for London (TfL) as the contracting authority, is putting in place a framework agreement, for use by members of the TfL and wider GLA group, across their estates. More specifically, it has an on-going requirement to provide solution services to support its business requirements. Suppliers will be asked to provide ICT project delivery services, to meet specific requirement or a full end to end project service. The range of services required will include, (but are not limited to); project management services, consultancy and advice, business change, requirements analysis, design, development, solution build and configuration, testing, product delivery, implementation, transition and training, support and maintenance and any other services that could be included under solution activities which will be determined and competed for on a case by case basis to meet TfL's requirements. Suppliers on the framework will compete for opportunities via mini-competition.
II.1.6)Common procurement vocabulary (CPV)

72100000 Hardware consultancy services, 72000000 IT services: consulting, software development, Internet and support, 72110000 Hardware selection consultancy services, 72120000 Hardware disaster-recovery consultancy services, 72130000 Computer-site planning consultancy services, 72140000 Computer hardware acceptance testing consultancy services, 72150000 Computer audit consultancy and hardware consultancy services, 72200000 Software programming and consultancy services, 72210000 Programming services of packaged software products, 72211000 Programming services of systems and user software, 72212000 Programming services of application software, 72212100 Industry specific software development services, 72212110 Point of sale (POS) software development services, 72212140 Railway traffic control software development services, 72212200 Networking, Internet and intranet software development services, 72212210 Networking software development services, 72212211 Platform interconnectivity software development services, 72212213 Operating system enhancement software development services, 72212214 Network operating system software development services, 72212215 Networking developers software development services, 72212217 Transaction-processing software development services, 72212218 License management software development services, 72212219 Miscellaneous networking software development services, 72212221 Internet browsing software development services, 72212222 Web server software development services, 72212223 Electronic mail software development services, 72212300 Document creation, drawing, imaging, scheduling and productivity software development services, 72212311 Document management software development services, 72212321 Computer-aided design (CAD) software development services, 72212322 Graphics software development services, 72212330 Scheduling and productivity software development services, 72212331 Project management software development services, 72212332 Scheduling software development services, 72212333 Contact management software development services, 72212400 Business transaction and personal business software development services, 72212421 Facilities management software development services, 72212422 Software development services suites, 72212430 Inventory management software development services, 72212445 Customer Relation Management software development services, 72212450 Time accounting or human resources software development services, 72212451 Enterprise resource planning software development services, 72212461 Analytical or scientific software development services, 72212482 Business intelligence software development services, 72212490 Procurement software development services, 72212510 Communication software development services, 72212514 Remote access software development services, 72212515 Video conferencing software development services, 72212517 IT software development services, 72212650 Personal computer (PC) operating system software development services, 72212670 Real time operating system software development services, 72212710 Backup or recovery software development services, 72212730 Security software development services, 72212731 File security software development services, 72212732 Data security software development services, 72212750 Storage media loading software development services, 72212760 Virus protection software development services, 72212761 Anti-virus software development services, 72212780 System, storage and content management software development services, 72212900 Miscellaneous software development services and computer systems, 72212931 Training software development services, 72212982 Configuration management software development services, 72212983 Development software development services, 72212984 Program testing software development services, 72212985 Debugging software development services, 72300000 Data services, 72320000 Database services, 72400000 Internet services, 72420000 Internet development services, 72500000 Computer-related services, 72590000 Computer-related professional services, 72600000 Computer support and consultancy services, 72610000 Computer support services, 72700000 Computer network services, 72710000 Local area network services, 72720000 Wide area network services, 72800000 Computer audit and testing services, 72810000 Computer audit services, 72820000 Computer testing services, 73000000 Research and development services and related consultancy services, 73300000 Design and execution of research and development, 30230000 Computer-related equipment, 80533000 Computer-user familiarisation and training services, 80533100 Computer training services, 80533200 Computer courses, 48000000 Software package and information systems, 48170000 Compliance software package, 48310000 Document creation software package, 48320000 Drawing and imaging software package, 48321000 Computer-aided design (CAD) software package, 48330000 Scheduling and productivity software package, 48331000 Project management software package, 48700000 Software package utilities, 48710000 Backup or recovery software package, 48730000 Security software package, 48760000 Virus protection software package, 48931000 Training software package, 50320000 Repair and maintenance services of personal computers, 50324100 System maintenance services, 50324200 Preventive maintenance services, 50330000 Maintenance services of telecommunications equipment

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:
Transport for London (TfL) has a need for the supply of ICT project delivery services. This tender will establish a framework agreement with multiple suppliers who will meet this requirement by providing services that are frequently required. More specifically, it has an on-going requirement to provide project delivery services in support of its business requirements.
The opportunity created by this framework is accessible to Small and Medium sized Enterprises and niche providers and meets Cabinet Office and GLA sourcing guidelines.
Each supplier on the framework will be required to demonstrate they can provide the full range of services required to deliver a small, medium, or large scale ICT project.
If a supplier is unable to provide the full range of services when acting on its own, this process will allow for consortia and/or joint ventures to participate and demonstrate that the full range of services can be provided by their collective capabilities.
Subject to the outcome of this tender process, the framework is expected to have a maximum of 12 suppliers who meet the minimum standards and can supply all of the specified requirements, for a planned duration of 2 years, with an option to extend on a 1 year plus 1 year basis, making the framework agreement a potential 4 year term.
Services provided under this framework agreement will be supplied via Call-Off contracts, which will be awarded following competitive exercises, as outlined below.
For further competition exercise(s) the Contracting Authority will:
1. Develop a series of outcome based requirements for the services required within each specific contract to be awarded.
2. Invite, with time limits for responses, all framework suppliers to submit a written tender response for each specific contract.
3. Include minimum mandatory eligibility criteria which will be made available in each mini-competition.
4. Apply the competition award criteria to all compliant written tenders submitted, which will form the basis of the Contracting Authorities decision to award a Call-Off contract for the scope of the services required.
5. Refine any Call-Off terms to reflect its requirements, only to the extent permitted by and in accordance with the Public Contracts Regulations 2006, as the basis of the Contracting Authorities decision to award a Call-Off contract for the scope of services required.
6. On the basis set out above, the Contracting Authority may at its sole discretion, award to the supplier that provides the tender that best meets the further competition award criteria, a Call-Off contract in a form not materially different to the Call-Off contract model contained within the framework agreement and
7. Provide feedback, on request, to unsuccessful framework suppliers, with respect to the reason why their tenders were unsuccessful.
Further information on the process for Call-Off contract(s) will be made available in the framework contracts terms and conditions that will be released with the Invitation to Tender.
The framework will not be the exclusive access route for these solutions and associated services and the Contacting Authority may choose, at its sole discretion, to carry out further competitive exercises and may retender the solution services during the lifetime of this framework agreement.
The estimated value is anticipated total spend across the whole framework term. Actual spend depends on the demand and needs of the business over the duration of the Framework term.

TfL is intending to hold supplier briefing sessions on 8.1.2015 and asks that any supplier interested in attending provide the name of a single point of contact in relation to this event. Please send the information to itsframework@tfl.gov.uk

Estimated value excluding VAT:
Range: between 80 000 000 and 95 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
Participants will be advised if these are considered necessary during the procurement. Parent company and/other guarantees of performance/security instruments may be required by TfL if considered appropriate.
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:
No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
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: Participants will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended from time to time, on the basis of information provided in pre-qualification questionnaire responses.

This procurement will be managed electronically via the TfL e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. To register, this can be done on line at https://eprocurement.tfl.gov.uk/epps/home.do

Once you have registered on the e-Sourcing Suite, a registered user can express an interest for this specific procurement.
Pre-qualification documents will be issued to registered participants from Wednesday 17.12.2014.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Participants will be assessed in accordance with Part 4 of the Public Contract Regulations 2006, as amended from time to time, on the basis of the information provided in pre-qualification questionnaire responses.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Participants will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended from time to time, on the basis of information provided in pre-qualification questionnaire responses.
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 12: and maximum number 22
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
no
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 participate
2.2.2015 - 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
This opportunity is on the European Dynamics Portal which can be found at:

1) https://eprocurement.tfl.gov.uk/epps

2) If your company has not yet done so you will need to register at https://eprocurement.tfl.gov.uk/epps/home.do#RegSupplier

3) The opportunity is called ITC11448

Any further questions must be dealt with via email through the tfl-eproc-helpdesk@eurodyn.com

If the portal is unavailable please contact the EU Dynamics helpdesk Telephone: +44 8000740503
a) Transport for London (TfL) is a complex organisation operating both as member of the Greater London Authority (GLA) under the direction of the Mayor of London and as provider of transport services. The scope of the proposed services may encompass activities within the scope of both the Public Contracts Regulations 2006 and Utilities Contracts Regulations 2006. Services to be provided in relation to activities which are subject to the Utilities Contracts Regulations 2006 will not be subject to a separate notice. The services may be provided to TfL and/or its subsidiaries and may also encompass other members of the GLA Group currently including the GLA, Mayors Office for Policing and Crime, London Fire and Emergency Planning Authority and London Legacy Development Corporation and each of their subsidiaries.
The scope of the proposed services may encompass activities within the scope of both Directive 2014/25/EU and Directive 2014/24/EU. Services to be provided in relation to activities which are subject to the Directive 2014/25/EU (Utilities) will not be subject to a separate notice.

b) Further information on TfL may be found at www.transportforlondon.gov.uk and www.tfl.gov.uk/procurement

c) Contract(s) may be awarded to the successful contractor by any part of TfL and/or any of its subsidiaries.
d) TfL reserves the right to: withdraw from the procurement process, award any framework in whole or part and/or not to award any framework or contract thereunder as a result of the competition called to by this notice and TfL or its subsidiaries shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to and/or participating in the procurement process.
e) All discussions and meetings will be conducted in English.
f) Tenders and supporting documents must be priced in GBP and all payments under any contract(s) let under any framework awarded will be made in sterling.
g) TfL may interview any or all companies who express an interest in tendering for this work.
h) Bidders are responsible for their own bid costs at all times.
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: TfL will incorporate a standstill period at the point information on the award of the framework is made to tenderers. This notification will provide full information on the award decision. The standstill period, which will be for a minimum of ten calendar days, provides time for tenderers to challenge the award decision before any framework is entered into. The Public Contracts Regulations 2006 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:
17.12.2014