Air Quality Tender Transport for London
TfL90419 air quality and greenhouse gas technical assessment services for London. UK-London: air quality management
2012/S 61-099340
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London (Premises Projects and Commercial Services)
Windsor House 42- 50 Victoria St.
Contact point(s): Transport for London
For the attention of: Jane Giudici
SW1H 0TL London
UNITED KINGDOM
Telephone: +44 2071264733
E-mail: janegiudici@tfl.gov.uki
Fax: +44 2071264517
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Address of the buyer profile: https://eprocurement.tfl.gov.uk/epps
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 agency/office
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
TfL90419 air quality and greenhouse gas technical assessment services for London.
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 UK
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: 37
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1,00 and 5 000 000,00 GBP
Frequency and value of the contracts to be awarded: Not known.
II.1.5)Short description of the contract or purchase(s)
Transport for London (TfL) is the integrated body responsible for London’s transport system. Part of the Greater London Authority Group, its main role is to implement the Mayor’s Transport Strategy for London and plan and manage transport services across the capital for which the mayor has responsibility. TfL also has a key role in planning and implementing aspects of the mayor’s air quality and climate change mitigation and energy strategies, alongside other Mayoral strategies via the wider GLA Group. TfL also holds the shared services responsibility to procure on behalf of the GLA Group and therefore is establishing a framework of potential contractors to help take forward key elements of this work over the coming four years to 2015. All three strategies include policies and proposals, which have implications for air quality and emissions (including Greenhouse Gas (GHG) emissions). In turn, these policies and proposals need to be further developed, implemented and monitored as the strategies are taken forward, which requires the development and maintenance of appropriate technical tools, together with associated studies and research. Note that the scope of this work covers all factors affecting air quality/GHG emissions in London. It is not confined solely to transport sources. TfL and the GLA group therefore require access to a range of specialist services to support the development, appraisal and implementation of the policies and proposals, and understand, monitor and evaluate their impacts.
II.1.6)Common procurement vocabulary (CPV)
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: yes
Tenders may be submitted for one or more lots
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) is the integrated body responsible for London’s transport system. Part of the Greater London Authority Group, its main role is to implement the mayor’s transport strategy for London and plan and manage transport services across the capital for which the mayor has responsibility. TfL also has a key role in planning and implementing aspects of the mayor’s air quality and climate change mitigation and energy strategies, alongside other mayoral strategies via the wider GLA Group. TfL also holds the shared services responsibility to procure on behalf of the GLA Group and therefore is establishing a framework of potential contractors to help take forward key elements of this work over the coming four years to 2015.
All three strategies include policies and proposals, which have implications for air quality and emissions (including Greenhouse Gas (GHG) emissions). In turn, these policies and proposals need to be further developed, implemented and monitored as the strategies are taken forward, which requires the development and maintenance of appropriate technical tools, together with associated studies and research. Note that the scope of this work covers all factors affecting air quality/GHG emissions in London. It is NOT confined solely to transport sources.
TfL and the GLA group therefore require access to a range of specialist services to support the development, appraisal and implementation of the policies and proposals, and understand, monitor and evaluate their impacts.
Estimated value excluding VAT:
Range: between 1,00 and 5 000 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Developing and maintaining databases /inventories of air pollutant and GHG emissions from all identifiable sourcesacross the Greater London area (out to, and including, the M25 orbital motorway).
1)Short description
Developing and maintaining databases [inventories] of air pollutant and/or greenhouse gas emissions from l identifiable sources across the Greater London area (out to, and including, the M25 orbital motorway).
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Manipulating emissions inventories to quantify and appraise the impacts of a range of transport and non-transportpolicies.
1)Short description
Manipulating emissions inventories to quantify and appraise the impacts of a range of transport and non-transport policies on local air quality and/or greenhouse gas emissions.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Provision of air quality models and modeling services, primarily at the strategic level, to enable quantification andappraisal of transport and non-transport policies on out-turn pollutant concentrations.
1)Short description
Of air quality models and modelling services, primarily at the strategic level for Greater London, to enable the quantification and appraisal of transport and non-transport policies on out-turn pollutant concentrations.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Research, interpretation and other specific technical support services connected with the quantification ofemissions, air quality and related impacts and trends to support policy development.
1)Short description
Research, interpretation and other specific support services connected with the quantification of emissions, air quality and related impacts and trends to support policy development.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The authorities requirements will be set out in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The authorities requirements will be set out in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The authorities requirements will be set out in the tender documents.
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: Register your company on the TfL eTendering portal (this is only required once). If you have already registered there is no need to do so again,otherwise the instructions for registration are as follows:
— Browse to the eSourcing portal:
https://eprocurement.tfl.gov.uk/epps/home.do,
— Click the “register as a supplier” link and follow the instructions.
If you require any further assistance use the online help, or the Euro Dynamics help desk is available Monday –Friday (9:00 am – 5:00 pm) on:
— E-mail: tfl-eproc-helpdesk@eurodyn.com,
— Phone: +44 08000740503.
Please follow the instructions set out in the PQQ document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the PQQ document.
Minimum level(s) of standards possibly required: Please refer to the PQQ document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the PQQ document.
Minimum level(s) of standards possibly required:
Please refer to the PQQ document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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 20: and maximum number 74
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:
TfL90419
IV.3.2)Previous publication(s) concerning the same contract
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
23.4.2012 – 10:00
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
Other: English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening 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
— Transport for London (TfL) is a complex organisation operating both as a functional body of the GreaterLondon Authority (GLA) under the direction of the Mayor of London and as a provider of transport services,
— A contract or contracts (if any) resulting from this call for competition may be awarded by and may be for thebenefit of TfL and/or any of its subsidiaries,
— The Contracting Authority reserves the right to award the contract in whole or in part or not at all as a result ofthis call for competition. The Contracting Authority shall not be liable for any costs or expenses incurred by anybidders in responding to this notice or in tendering for the proposed contract(s),
— The awarding authority may interview any or all companies who express an interest in tendering for this work,
— The UK government has announced its commitment to greater data transparency. Accordingly TfL iscommitted to publish its contracts, tender documents and data from invoices received. In so doing TfL may at itsabsolute discretion take account of the exemptions that would be available in relation to information requestedunder the Freedom of Information Act 2000 and Environmental Information Regulations 2004.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Transport for London
Windsor House, 42-50 Victoria street
SW1H 0TL London
UNITED KINGDOM
E-mail: patpatel2@tfl.gov.uk
Telephone: +44 2071263288
Internet address: http://www.tfl.gov.uk
Fax: +44 2071264517
Body responsible for mediation procedures
Transport for London
Windsor House, 42-50 Victoria street
SW1H 0TL London
UNITED KINGDOM
E-mail: alexmills@tfl.gov.uk
Telephone: +44 2071261599
Internet address: http://www.tfl.gov.uk
Fax: +44 2071264517
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address in section I.1. If an appeal regarding the award of a contract has not been successfully resolved the Utilities Contract Regulations 2006 (SI 2006No 6) 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 Norhtern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:23.3.2012