Seeking to appoint a Licensing Agency or Agencies to develop its extensive intellectual property portfolio which includes the iconic London Underground logo and Underground map.
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): https://eprocurement.tfl.gov.uk/epps/home
SW1H 0TL London
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Further information can be obtained from: Transport for London
Contact point(s): Paul Devine
E-mail: licensingproject@tfl.gov.uk
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
Other: transport
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
TfL 91960 and London Transport Museum Licensing Opportunity.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
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 Trading Limited (TTL) is the trading company of Transport for London and together with the London Transport Museum (LTM) are seeking to appoint a Licensing Agency or Agencies to develop its extensive intellectual property portfolio which includes the iconic London Underground logo and Underground map. The agency/agencies will seek to establish TTLs key brands through developing new opportunities within major overseas territories including the UK. The appointment(s) will be made by TTL under exclusive territorial terms. The Territories TTL have identified: — North America (USA and Canada) — United Kingdom (UK) and Europe (Countries in the European Union) — Asia (Japan, China, Singapore, Hong Kong, Australia/New Zealand and South Korea) — India and Middle East (United Arab Emirates, Saudi Arabia and Kuwait) The Contract will be let as a concession. This is a voluntary notice and the Public Contract regulations 2015 don’t apply to this opportunity. The Contracting Authority will follow a procurement procedure similar to (but not identical to) the negotiated procedure for the appointment of the concessionaire and is therefore voluntarily publishing a notice in the Official Journal of the European Union. By selecting in this notice that it is undertaking a negotiated procedure, for the appointment of the concessionaire. Details of the process is set out in the Invitation to Tender documents.
II.1.6)Common procurement vocabulary (CPV)
79342200, 79413000, 79342000, 79340000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
The Licensing rights made available by the Contracting Authority will be in relation to:
— North America (USA and Canada).
— United Kingdom (UK) and Europe (Countries in the European Union).
— Asia (Japan, China, Singapore, Hong Kong, Australia/New Zealand and South Korea).
— India and Middle East (United Arab Emirates, Saudi Arabia and Kuwait).
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 96 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: North America (USA and Canada)
1)Short description
2)Common procurement vocabulary (CPV)
79342200, 79413000, 79342000, 79340000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: United Kingdom (UK) and Europe
1)Short description
2)Common procurement vocabulary (CPV)
79342200, 79413000, 79342000, 79340000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Asia (Japan, China, Singapore, Hong Kong
1)Short description
2)Common procurement vocabulary (CPV)
79342200, 79413000, 79342000, 79340000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: India and Middle East (United Arab
1)Short description
2)Common procurement vocabulary (CPV)
79342200, 79413000, 79342000, 79340000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority’s requirement will be set out in the tender documents.
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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: The Contracting Authority’s selection and short-listing requirements will be set out in the Invitation to Tender documents (ITT) which is available from the web address detailed in I.1. Parties wishing to express an interest in participating in this competition would need to provide the information requested in the ITT in accordance with the instructions contained therein.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The Contracting Authority’s selection and short-listing requirements will be set out in the Invitation to Tender documents (ITT) which is available from the web address detailed in I.1. Parties wishing to express an interest in participating in this competition would need to provide the information requested in the ITT in accordance with the instructions contained therein.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The Contracting Authority’s selection and short-listing requirements will be set out in the Invitation to Tender documents (ITT) which is available from the web address detailed in I.1. Parties wishing to express an interest in participating in this competition would need to provide the information requested in the ITT in accordance with the instructions contained therein.
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
Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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 91960
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
4.1.2016 – 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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority 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 concession may be provided to the Contracting Authority and/or its subsidiaries and any part of the Contracting Authority and/or any of its subsidiaries may award contracts under this procurement as appropriate.
The Contracting Authority is not and shall not be liable for any costs, fees or expenses (including any third party costs,fees or expenses) incurred by those expressing an interest in or negotiating or tendering for this contract opportunity. The Contracting Authority reserves the right not to award any contract and to make whatever changes it sees fit to the structure and the timing of the procurement process and to cancel the process in its entirety at any stage. To the extent that this is permissible under procurement legislation the Contracting Authority also reserves the right to amend the scope of services during the procurement process or at any time during the term of any contract awarded.
Shortlisted bidders shall be required to price their tender in pounds sterling. Any resulting contract or contracts will be considered a contract or contracts made in England according to English law.
The Contracting Authority intends to use electronic means including the internet in carrying out the procurement process.
The publication of this notice in the Official Journal of the EU is entirely voluntary. References to the negotiated procedure in this notice do not constitute references to the competitive procedure with negotiation under Directive 2014/24/EU or to the negotiated procedure under Directive 2004/18/EC or Directive 2004/17/EC and should not therefore be construed in any way as constituting an undertaking by the Contracting Authority to carry out a tender process in line with the requirements of these procedures as set out in any one of these Directives. The tender processes which the Contracting Authority intends to follow will be described in more detail in the tender documentation.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a stand still period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
Any appeal or request for additional information should be sent to the name and address in Section I.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.11.2015