Commercial Training Tender
The provision of a 3 lot framework for Commercial training courses for TfL’s commercial department.
United Kingdom-London: Training services
2014/S 087-152762
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London (Commercial Services)
Windsor House, 42-50 Victoria St.
Contact point(s): www.tfl.gov.uk/eprocurement
SW1H 0TL London
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.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
I.3)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
80500000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Information about lots
Lot No: 1 Lot title: Procurement and Contract Management
1)Short description
2)Common procurement vocabulary (CPV)
80500000
Lot No: 2 Lot title: Category Management
1)Short description
2)Common procurement vocabulary (CPV)
80500000
Lot No: 3 Lot title: Supplier Relationship Management
1)Short description
2)Common procurement vocabulary (CPV)
80500000
Section III: Legal, economic, financial and technical information
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 conditions
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
Interested parties will be required to undergo assessment via a prequalification questionnaire and ITT if invited at a later stage.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This procurement comes under Part B, therefore shorter timelines have been imposed.
The procurement process is being conducted on behalf of Transport for London (TfL). TfL 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 supplies or works may be provided to TfL and/or its subsidiaries and/or the GLA or any other authority that is subject to the requirements of either EU directive 2004/17/EC or 2004/18/EC. It is anticipated that a contract(s) will be awarded by Tfl but any part of TfL and/or any of its subsidiaries may award Contract(s) as appropriate. The Awarding Authority reserves the right to withdraw from the procurement process and may award a contract(s) in whole, in part, or not at all as a result of the competition called for by this notice and the Awarding Authority shall not be liable for any costs or expenses incurred by any candidates 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 contract will be in sterling. TfL and/or any subsidiary of TfL or the GLA may interview any or all companies who express an interest for tendering for this work. If and when this requirement is offered to tender, it may be done in whole or in part via electronic means using the Internet, and may also be through the medium of an electronic reverse auction. TfL 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.
VI.5)Date of dispatch of this notice: