Project and Programme Management Services for Transport for London
TfL Professional Services Frameworks 2 – Project and Programme Management Services. 7 Lots.
United Kingdom-London: Architectural, construction, engineering and inspection services
2018/S 229-524070
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
55 Broadway
London
SW1H 0BD
United Kingdom
Contact person: Ms Shaheen Lodhi
E-mail: psfw2@tfl.gov.uk
NUTS code: UK
Address of the buyer profile: https://tfl.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
TfL Professional Services Frameworks 2 – Project and Programme Management Services (PSFW2) — 94201
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The suite of TfL Professional Services Frameworks are TfL’s and its Group Companies’, Greater London Authority and its functional bodies and all London Boroughs, primary means of accessing engineering, planning and project management support and expertise from the external supply chain. In line with its Commercial Strategy, TfL continues to work within a category management approach for replacing the current suite of frameworks. Fundamental to the success of the programme is ensuring that the intended users have access to the necessary technical and specialist skills and services to meet their requirements. The key strategic objectives of the new suite of frameworks includes higher quality service provision, reduced costs and greater value for money.
The duration of the Framework Agreement will be three (3) years. TfL reserves the right to extend by a period or periods of time up to a maximum of four (4) years.
II.1.6)Information about lots
Lot 1 — Project, Programme and Portfolio Management
Lot 2 — Programme Office and Project Controls incl Planning and Scheduling
Lot 3 — Lean Consultancy
Lot 4 — Business Case Management
Lot 5 — Risk and Opportunity Management
Lot 6 — Construction Project Management
Lot 7 — Assurance and Quality Management
II.2.1)Title:
Project, Programme and Portfolio Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London
II.2.4)Description of the procurement:
Project management is the discipline of planning, organising, motivating, and controlling resources to achieve specific objectives. Prog Mgmt is the coordinated management of a collection of related projects which have been grouped to achieve an organisation’s strategic objective. Portfolio management is the selection and management of all of an organisation’s projects, programmes and related business-as-usual activities taking into account resource constraints. A portfolio is a group of projects and programmes carried out under the sponsorship of an organisation. Portfolios can be managed at an organisation, programme or functional level.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Programme Office and Project Controls including Planning and Scheduling
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London
II.2.4)Description of the procurement:
A programme office serves the organisation’s project management needs. A programme office can range from simple support functions for the project manager to being responsible for linking corporate strategy to project execution. Project controls is an umbrella term for many tools and techniques used in a project’s implementation.
Planning translates strategy into action and defines how programmes and projects will deliver the anticipated benefits and outcomes. In order to create the plan, the process of scheduling is used to determine the overall project duration and when activities and events are planned to happen. Planning includes identification of activities and their logical dependencies, estimation of durations and resource constraints.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lean Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London
II.2.4)Description of the procurement:
Lean Consulting is where the organisation requires consultancies to provide services by applying Lean methodologies. It is a business activity where experts provide the knowledge, tools and expertise to advise and guide the organisation to perform better. Lean works to prevent any waste of time and resources, etc. by optimizing inefficiencies and preventing waste.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Business Case Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London
II.2.4)Description of the procurement:
Business case management comprises of the strategic justification (benefits, cost and risk) for a project, and shows an analysis of economic, political and social impacts. It takes full account of detailed objectives of the project, as well as higher level organisational and external stakeholder objectives. Business cases should be compliant with both DfT and TfL standards and methodology and use TfL tools where available
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Risk and Opportunity Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Risk management involves the systematic identification of risks to the strategies, programmes and projects against agreed objectives and benefits and evaluating options for mitigating them. It ensures that those with risk and opportunity management responsibilities implement appropriate measures for success during the project and review and report them on a regular basis.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Construction Project Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Greater London
II.2.4)Description of the procurement:
Construction Management (CM) is the business process that supports a project by providing key construction expertise, skills and processes.. A project is a visible set of activities having specific start and completion dates undertaken to create a quantifiable deliverable, through well managed milestones and resources — identifying stakeholders and interdependencies, and keeping all parties clear about their goals and individual responsibilities.
Construction managers must plan, coordinate and monitor on-site construction health, safety, quality and environmental activities in order to provide managerial oversight for the safe operation of the works.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Assurance and Quality Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Assurance management is defined as the extent that requirements have been complied with and that controlled processes have been followed in achieving the deliverables. Assurance is a level of confidence based on realistic appraisal.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement.
Please note all Economic Operators are required to express their interest by registration on the e-tendering website as listed below. After registering you should look for the opportunity “PSF294201 — Professional Services Frameworks 2 – Project and Programme Management Services”. Economic operators interested in being considered for this opportunity must express interest by means of completing the Standard Selection Questionnaire detailing their capabilities.
Transport for London (TfL) reserve the right not to consider expressions of interest received after the closing date/time or received by means other than the portal.
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 57 of the Public Contracts Regulations 2015. This procurement process is being conducted electronically on the e-Tendering portal ProContract from Proactis. The portal can be accessed via the following link:
(https://procontract.due-north.com)
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 services may be provided to GLA/TfL and/or its subsidiaries and may also encompass London RegionalTransport (LRT). TfL will be establishing a Framework Agreement for use by all London Boroughs (and any future successors to these organisations), City of London and the Greater London Authority and all its Functional Bodies.
Any orders placed under this Framework Agreement will form a separate contract under the scope of this framework between the supplier and the specific Contracting Authority.
The Contracting Authority and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement.
This procurement process is being conducted electronically on the e-Tendering portal ProContract from Proactis. The portal can be accessed via the following link:
(https://procontract.due-north.com)
Interested suppliers must express their interest as soon as possible via the portal to access and download all relevant procurement documents and submit a Standard Selection Questionnaire (SSQ) by the deadline stated in IV.2.2) Time Limit for receipt of tenders, requests to participate or expressions of interest.
If you experience any problems registering on or using the TfL ProContract portal, please contact the ProContract helpdesk directly, as soon as possible, by email to: mailto:ProContractSuppliers@ProActis.com
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 207947000Internet address: https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice: