Computer aided facilities management Transport for London
Transport for London.
UK-London: computer facilities management services
2012/S 45-074087
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): Jason Swallow
SW1H 0TL London
UNITED KINGDOM
Telephone: +44 2071264743
E-mail: jasonswallow@tfl.gov.uk
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Address of the buyer profile: http://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
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
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Computer aided facilities management.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: London.
NUTS code UK
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)
Transport for London (TfL) has an ongoing requirement for computer aided facility management services as part of its accommodation strategy for the relocation of staff within the building portfolio; this is an integral part of it functioning as London’s major strategic transport provider. There is also a need to provide a robust drawing office functionality for the design, planning, data handing, mechanical, electrical, building drawing issue and management for the building refurbishment projects.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
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:
This contract is for the initial period of 3 years with the option to extend for a further 1 year.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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)Conditions for participation
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
Information and formalities necessary for evaluating if the requirements are met: Please see PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please see PQQ.
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 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: Please see PQQ.
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:
TfL 90220
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
13.4.2012 – 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 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 places this advertisement on behalf of itself and all its subsidiary companies a current list of which can be found at www.tfl.gov.uk. Other public bodies including all members of the GLA group (The Greater london Authority, London Development Agency, Metroplitan Police Authority, TfL and the London Fire and Emergency Planning Authority), the Metroploitan Police Service and London Boroughs may also use services provided under the contract to which this advertisement relates, if they wish. TfL intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
TfL reserves the right to award the contract in whole or in part or not at all as a result of the tendering competition commenced by this notice. TfL shall not be liable in any circumstances for any costs or expenses incurred by any bidder in responding to this notice.
TfL implements the GLA Group Responsible Procurement Policy which outlines the ambition to become leaders in the field of responsible procurement.
All discussions and meetings will be conducted in English.
Tenders and supporting documents must be priced in sterling and all payments under the contract will be made in sterling.
TfL may interview any or all companies who express an interest in tendering for this work.
Interested suppliers should register their interest by logging into TfL ETendering Portal at https://eprocurement.tfl.gov.uk/epps/home.do.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:2.3.2012