Economics Consultancy Services Framework Transport for London
The Framework will be used to procure services for Evaluation, Monitoring and Data, Research, Housing and Ad Hoc type projects.
United Kingdom-London: Business and management consultancy services
2013/S 174-300709
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Transport for London (Commercial Services)
Windsor House, 42-50 Victoria Street
Contact point(s): E-Procurement
For the attention of: Natalie Nolan
SW1H 0TL London
UNITED KINGDOM
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
Electronic access to information: http://eprocurement.tfl.gov.uk/epps/home.do
Electronic submission of tenders and requests to participate: 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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Greater London Authority
UNITED KINGDOM
Section II: Object of the contract
Service category No 11: Management consulting services [6] and related services
NUTS code UKI
maximum number of participants to the framework agreement envisaged: 38
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: 5 000 000 GBP
79410000, 79419000
Tenders may be submitted for one or more lots
Estimated value excluding VAT: 5 000 000 GBP
Information about lots
Lot No: 1 Lot title: Lot 1: Monitoring and Forecasting
Examples of Projects:
— Economic forecasting;
— Employment forecasts;
— London specific economic data (e.g. retail);
— International Comparisons.
The supplier shall demonstrate their ability to:
— Supply data not publically available that evidence the performance of London’s economy;
— Produce forecasts of London’s future economic performance using methodologically sound models.
79410000, 79419000
Examples of Projects:
— Programme level meta-evaluations;
— Project level economic impact evaluation;
— Project specific economic impact appraisals;
— Primary research (including surveys).
The supplier shall demonstrate their ability to:
— Use quantitative and qualitative evaluation techniques in line with the HM Treasury Green Book and Magenta Book to produce economic impact evaluation and meta-evaluations;
— Have knowledge, understanding and practical experience of producing economic impact evaluation; including the ability to conduct robust cost-benefit analysis, and the appropriate use of primary research and other administrative data;
— To draft accessible evaluation reports for technical and non-technical audiences.
79410000, 79419000
— Housing and Land or Regeneration;
— Transport Economics;
— Environmental Economics;
— Economic Development.
Suppliers will be assessed upon their ability to produce robust, complete analysis on work areas listed above. Suppliers are not required to have expertise in more than one work area, and suppliers that have expertise in more than one area will not have an advantage during the evaluation of bids to this lot.
The supplier shall demonstrate their ability to:
— Specific understanding of at least one of the work areas listed above;
— Use quantitative and qualitative research techniques and understanding of best practice in analysis of at least one of the work areas listed above;
— Understand the specific London policy and economic context in relation to at least on of the work areas listed above;
— Draft accessible reports to technical and non-technical audiences and to produce useful recommendations for policy in at least one of the work areas listed above.
79410000, 79419000
— Labour Market Studies – including skills, worklessness, low pay;
— Creative Industries;
— Culture;
— Sector Studies;
— Tourism and Foreign Direct Investment;
— Education, Children and Young People;
— Health.
Suppliers will be assessed upon the ability to produce robust, complete analysis on work areas listed above. Suppliers are not required to have expertise in more than one work area, and organisations that have expertise in more than one area will not have an advantage during the evaluation of bids to this lot.
The supplier shall demonstrate their ability to:
— Specific understanding of at least one of the work areas listed above;
— Use quantitative and qualitative research techniques and understanding of best practice in analysis of at least one of the work areas listed above;
— Understand the specific London policy and economic context in relation to at least on of the work areas listed above;
— Draft accessible reports to technical and non-technical audiences and to produce useful recommendations for policy in at least one of the work areas listed above.
79410000, 79419000
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: These are detailed in the Pre-Qualification Questionnaire (PQQ).
These are detailed in the Pre-Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required:
These are detailed in the Pre-Qualification Questionnaire (PQQ).
Section IV: Procedure
Payable documents: no
Section VI: Complementary information
a) Please note all Economic Operators are required to express their interest by registration on: https://eprocurement.tfl.gov.uk/epps/home.do
Failure to do so may invalidate your application. After registering you should look for the Opportunity “GLA 80405 Economics Research and Evaluation Framework, economic operators interested in being considered for this opportunity must express interest by means of completing the pre- qualification questionnaire detailing their capabilities.
b) Expressions of interest must be received via the portal before the closing date/time as stated in IV.3.4). TfL reserve the right not to consider expressions of interest received after the closing date/time or received by means other than the portal.
c) Transport for London (TfL) is a complex organisation operating both as an executive agency 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 Directive SI 2006 5 and Directive SI 2006 6. Services to be provided in relation to activities which are subject to the Directive SI 2006 6(Utilities) will not be subject to a separate notice.
While this framework is procured under the Public Services Contracts Regulations 2006, taking into account Directive 2004/18/EC, there are likely to be requirements that are called-off solely for use by those parts of the TfL Group that are contracting authorities under the Utilities Contracts Regulations 2006 – where this occurs, the call-off may be awarded in accordance with the requirements of the Utilities Contracts Regulations 2006″.
Additionally there is a section on TfL reserving the right to disqualify the following:
— TfL reserves the right at any stage to reject or disqualify or revise the pre-qualified status of any Tenderer who:
1. Provides information or confirmations which later prove to be untrue or incorrect; and/or
2. Does not submit a tender in accordance with the requirements of this ITT or as directed by TfL during the procurement process; and/or
3. Fulfils any one or more of the criteria detailed in Regulation 26 of the Utilities Contracts Regulations 2006; and/or
4. Fulfils any one or more of the criteria detailed in Regulation 26 of the Public
Contracts Regulations 2006; and/or
The services may be provided to TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT). TfL and the GLA wish to establish a framework agreement for use by the following UK public sector bodies (and any future successors to these organisations).
A local asset backed vehicle or asset investment vehicle between a body listed and a private sector partner.
A Minister of the Crown.
Acute trust (NHS).
Arms Length management organisations (ALMOs).
Almshouses.
Ambulance trusts.
British broadcasting corporation (BBC).
British rail board (residuary).
British waterways.
Business Innovation and skills.
Care trusts.
Central government departments, their agencies and non-departmental public bodies.
Community health councils.
Community land trusts.
Crossrail Ltd.
Department for communities and local government.
Defence infrastructure organisation.
Department for environment, food and rural affairs.
Department for culture media and sport.
Department for environment, food and rural affairs.
Department for health arms length bodies.
Department for transport.
Department of education.
Department of energy and climate change (including coal authority).
Driver and vehicle licensing agency.
Education establishments.
English heritage.
Environment agency.
Essex wildlife trust.
Extracare providers.
Fire authority.
G15 members.
G320 members.
General practitioners.
Greater London authority.
Greater London authority group.
Highspeed 2.
Highways agency.
Home office.
Judicial system (Ministry of justice).
L9 group of housing associations in London.
Land registry.
Lee valley regional park authority.
Local enterprise partnerships.
Local authorities.
Local development agencies.
Local health boards.
London and continental railways Ltd.
London boroughs (all 33) and City of London.
London fire and emergency planning authority.
London legacy development corporation.
London wildlife trust.
Mayoral development corporation established under the Localism Act 2011.
Mental health trusts.
Metropolitan police authority.
Ministry of defence.
National housing federation.
National trust.
Natural England.
NDA properties Ltd.
Network rail.
NHS foundations trusts.
NHS hospital trusts.
NHS property services Ltd.
Nuclear decommissioning authority.
Oil & pipeline agency.
Olympic park legacy company.
Port of London authority.
Primary care trusts.
Registered providers.
Royal docks management authority.
Royal mail.
Royal parks.
Royal society for the protection of birds.
Special health authorities.
Strategic health authorities.
The crown estate.
Thames chase trust.
Transport for London and its subsidiaries.
Vehicle and operator services agency.
Framework agreement(s) may be awarded to the successful economic operators by any part of TfL and/or any of its subsidiaries. Or any of the organisations listed above.
d) Further information on TfL may be found at www.tfl.gov.uk/procurement
Further information about the GLA may be found at http://www.london.gov.uk/
e) The awarding authority reserves the right to withdraw from the procurement process and/or not to award any contract as a result of the competition called by this notice and the awarding authority shall not be liable for any costs or expenses incurred by any Economic Operators in considering and/or responding to the procurement process.
f) All discussions and meetings will be conducted in English.
g) Tenders and supporting documents must be priced in GBP and all payments under the contract will be made in sterling.
h) TfL may interview any or all economic operators who express an interest in tendering for this work.
i) Any framework agreement awarded may be extended for further periods up to a maximum duration of 48 months at the discretion of the awarding authority.
j) It is intended that there will be 38 positions available across all 4 Lots of the framework. It is intended that 2 suitably qualified economic operators will be invited to tender for each place on the Panel. However the Authority reserves the right to change the number invited and the number of places if it chooses to. It is envisaged that some economic operators will be awarded more than one position.
k) The value stated at II.1.3) and II.2.1) is the best estimate of TfL and the GLA based on their combined historical and proposed usage. This could change significantly depending upon budgetary constraints and/or the usage by any other Authority listed above.
Transport for London
42-50 Victoria Street
SW1H 0TL London
UNITED KINGDOM
Internet address: http://www.tfl.gov.uk
Body responsible for mediation procedures
Transport for London
42-50 Victoria Street
SW1H 0TL London
UNITED KINGDOM
Internet address: http://www.tfl.gov.uk
If the framework agreement has been entered into the court may only award damages.
Transport for London
42-50 Victoria Street
SW1H 0TL London
UNITED KINGDOM
Internet address: http://www.tfl.gov.uk
VI.5)Date of dispatch of this notice:5.9.2013