Information Management Technology Research Framework
a) How transport users experience journeys (b) How transport services and networks can be optimised and (c) How transport organisations can themselves be designed to deliver such services.
United Kingdom-London: Computer support and consultancy services
2015/S 240-435665
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London (Information and Communications Technology)
Windsor House, 42-50 Victoria St.
SW1H 0TL London
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Address of the buyer profile: http://www.tfl.gov.uk/
Electronic access to information: https://eprocurement.tfl.gov.uk/epps/home.do
Electronic submission of tenders and requests to participate: 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.3)Main activity
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 7: Computer and related services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 5
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: 3 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
72600000, 73000000, 72000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one lot only
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— To support the ability to identify relevant emerging technologies and business models; to help develop appropriate thought leadership for the adoption of these technologies and models within TfL, to reflect technologies, business models and thought leadership in strategies and business plans.
— Develop an ability to identify appropriate architectures and vendors for new services and solutions.
— An ability to identify appropriate IM operating and business models, IM functional design and culture for providing relevant services.
Estimated value excluding VAT:
Range: between 1 000 000 and 3 400 000 GBP
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: IM Technology Research and Advisory Services
1)Short description
2)Common procurement vocabulary (CPV)
72600000, 73000000, 72000000
3)Quantity or scope
— To support the ability to identify relevant emerging technologies and business models; to help develop appropriate thought leadership for the adoption of these technologies and models within TfL, to reflect technologies, business models and thought leadership in strategies and business plans.
— Develop an ability to identify appropriate architectures and vendors for new services and solutions.
— An ability to identify appropriate IM operating and business models, IM functional design and culture for providing relevant services.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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
Information and formalities necessary for evaluating if the requirements are met: Participants will be assessed in accordance with the Public Contracts Regulations 2015, as amended from time to time, on the basis of information provided in pre-qualification questionnaire responses.
This procurement will be managed electronically via the TfL e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. To register, this can be done on line at https://eprocurement.tfl.gov.uk/epps/home.do
Once you have registered on the e-Sourcing Suite, a registered user can express an interest for this specific procurement.
Pre-qualification documents will be issued to registered participants from 7.12.2015.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Participants will be assessed in accordance with the Public Contracts Regulations 2015, as amended from time to time, on the basis of information provided in pre-qualification questionnaire responses.
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
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.3.4)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.2)Information about European Union funds
VI.3)Additional information
This opportunity is available via TfL’s e-tendering portal https://eprocurement.tfl.gov.uk. Your organisation may need to register if you have not done so previously. https://eprocurement.tfl.gov.uk/epps/home.do#regSupplier
The opportunity reference is ICT12002
Any questions regarding the e-tendering portal must be made via the helpdesk (or by email through the portal) tfleprochelpdesk@eurodyn.comTelephone +44 8000740503.
Transport for London (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 also as a provider of transport services. Further Information regarding TfL and its subsidiaries can be found atwww.transportforlondon.gov.uk and www.tfl.gov.uk/procurement.
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 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 GBP and all payments under the contract will be made in sterling.
The contracting authority may interview any or all of the companies who have express an interest in tendering for this work.
VI.4.2)Lodging of appeals
The standstill period which will be for a minimum of 10 calendar days, provides time for unsuccessful tenders to challenge the award decision before the contract is entered into.
The Public Contract regulations 2015 provides for aggrieved parties who have been harmed and or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: