London: human resources management consultancy services
Investigatory services to be used in cases of Bullying and Harassment as well as complex grievances.
Contract notice
Services
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): https://eprocurement.tfl.gov.uk/epps/home.do
SW1H 0TL London
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Address of the buyer profile: 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
I.4)Contract award on behalf of other contracting authorities
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 11: Management consulting services [6] and related services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreementDuration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 520 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79414000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
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
Description of particular conditions: These will be detailed in the Invitation to Tender.
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
Minimum level(s) of standards possibly required: These will be detailed in the Pre Qualification Questionnaire.
III.2.3)Technical capacity
These will be detailed in the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required:
These will be detailed in the Pre Qualification Questionnaire.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: These will be detailed in the Pre Qualification Questionnaire.
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
Notice on a buyer profile
Notice number in the OJEU: 2011/S 196-319743 of 12.10.2011
Other previous publications
Notice number in the OJEU: 2011/S 26-042424 of 4.2.2011
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional 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 “TfL 90475 Investigation Services”. Economic Operators interested in being considered for this opportunity must express interest by means of completing the prequalification 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.
The services may be provided to TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT) and/or the GLA and some or all of its functional bodies and London Boroughs. Framework Agreement(s) may be awarded to the successful Economic Operators by any part of TfL and/or any of its subsidiaries.
d) Further information on TfL may be found at www.tfl.gov.uk/procurement.
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) This was previously advertised as TfL 90451. This process was halted by TfL. Parties who previously expressed an interest will need to reapply.
k) The values stated are an estimate and will vary dependant upon which members of the GLA use the service.
VI.4.1)Body responsible for appeal procedures
Transport for London
SW1H 0TL London
UNITED KINGDOM
Body responsible for mediation procedures
Transport for London
SW1H 0TL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
If the framework agreement 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
Transport for London
SW1H 0TL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:29.11.2011