The provision of security and reception services across the Transport for London network.
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Transport for London (Commercial Services)
Windsor House, 42-50 Victoria St.
SW1H 0TL London
UNITED KINGDOM
E-mail: fmcategoryteam@tfl.gov.uk
Internet address(es):
General address of the contracting entity: www.tfl.gov.uk
Address of the buyer profile: http://www.tfl.gov.uk
Electronic access to information: https://eprocurement.tfl.gov.uk/epps
Electronic submission of tenders and requests to participate: https://eprocurement.tfl.gov.uk/epps
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
Urban railway, tramway, trolleybus or bus services
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Facilities Management Bundle 4 — Security and Static Guarding.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 23: Investigation and security services, except armoured car services
NUTS code UKI
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):
It is currently intended that the scope of our requirement will cover: The provision of security and reception services across the Transport for London network (including stations, depots, head office facilities, bus stations and other sites and transport systems); The range of services provided will vary across the Transport for London network and will include regular, scheduled and reactive activities and shall include services such as; static and mobile guarding including internal and external patrols, reception duties and staff pass production, mail scanning, first response and out of hours incident control, fire alarm testing and first aid and banksman.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
It is currently intended that the scope of our requirement will cover:
The provision of security and reception services across the Transport for London network (including stations, depots, head office facilities, bus stations and other sites and transport systems);
The range of services provided will vary across the Transport for London network and will include regular, scheduled and reactive activities and shall include services such as;
Static and mobile guarding including internal and external patrols
Reception duties and staff pass production
Mail scanning
First response and out of hours incident control
Fire alarm testing and first aid
Banksman
The lower end of the value range is representative of scope currently expected to be awarded over the maximum duration of eight years. The upper end of the value range represents potential additional requirements that may be varied in before expiry of the contract.
II.2.2)Information about options
Options: yes
Description of these options: The duration of the contract will be for 5 (five) years with an option to extend for up to a further 3 (three) years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
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: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A bankers bond guaranteeing performance of the contract and/or ultimate holding company guarantee may be required. Details will be given in the invitation to tender document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be in pounds sterling (£) and will normally be made by means of electronic transfer. Details will be given in the invitation to tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No specific legal form is required but in the event of a group of contractors submitting an acceptable offer it will be necessary to provide an undertaking that each company will be jointly and severally responsible for the due performance of the contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details of the requirements will be set out in the invitation to tender document.
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: A pre qualification questionnaire will be available to those submitting an expression of interest. In the event that the expression of interest is submitted by a group of companies as a single entity or group prior to contract, details of each member of the group shall be provided together with identification of the ‘lead’ company. Information relating to economic and financial capacity and technical capability shall be submitted for each group member. In the event that tenders are invited from a group of contractors, no amendment or substitution of any member of the group will be permitted unless with the prior approval of the Contracting Entity.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: A pre qualification questionnaire will be available to those submitting an expression of interest.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: A pre qualification questionnaire will be available to those submitting an expression of interest.
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
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
IV.3.2)Previous publication(s) concerning the same contract
Periodic indicative notice
Notice number in the OJEU: 2015/S 72-128149 of 14.4.2015
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
25.9.2015 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
The procurement process is being conducted on behalf of Transport for London (TfL). 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 as a provider of transport services. The supply may be provided to TfL and/or its subsidiaries. Any part of TfL and/or any of its subsidiaries may award Contracts. The awarding authority reserves the right to withdraw from the procurement process and may award a contract in whole or in part, or not at all as a result of the competition called for 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.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.8.2015