Provide Engineering Services to Transport for London
2016/S 150-272023
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport For London — London Underground (Capacity Enhancement)
55 Broadway London
For the attention of: Priyanjali Mukherjee
SW1H 0BD London
United Kingdom
E-mail: ValueEnhancingServicesSCP@tfl.gov.uk
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Electronic access to information: https://eprocurement.tfl.gov.uk/
Electronic submission of tenders and requests to participate: https://eprocurement.tfl.gov.uk/
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 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: UK.
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
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 8
Justification for a framework agreement, the duration of which exceeds four years: Relevant projects are often long term, up to 8 years, and repeat call-offs may be required.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 50 000 and 4 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71320000, 45221247, 45223000, 45223200, 60200000, 71530000, 71310000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 50 000 and 4 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments under the Framework will be made in GB pounds sterling and will be by means of electronic fund transfer. The terms and conditions of the payment will be set out in the Invitation to Tender documents.
III.1.4)Other particular conditions
Description of particular conditions: Details of contract requirements will be set out in the Invitation to Tender documents.
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
III.2.3)Technical capacity
Details will be given 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
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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: Details are provided in the Pre-Qualification Questionnaire: The highest 15 scoring operators that qualify will be invited to tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Term Contract for Minor Civil Engineering Works
Oil and Pipelines Agency Professional Services Framework
Wales and Borders Franchise and Metro Contract