Supply and Installation of Shelters
Provision of supply, installation, and maintenance services for shelters, stops, poster frames and other associated on-street infrastructure, including advertising rights.
United Kingdom-London: Shelters
2014/S 094-165445
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Transport for London – (Procurement Operations)
100 Petty France
Contact point(s): Procurement Operations Team
For the attention of: Jaya Halai
SW1H 0BD London
UNITED KINGDOM
Internet address(es):
General address of the contracting entity: 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 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
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: yes
GLA
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Contracting Authority reserves the right to amend the scope of the Lot structure and scale of the requirement (in case of a change, increase, or decrease in requirements) at any time during the procurement process, or over the term of the resulting contracts to provide for additional requirements or schemes pertaining to the Contracting Authority (see section VI.3), or other contracting authorities within, or in the proximity of London.
The procurement process will comprise of eight lots, the scope of which includes the following:
Lot 1 – Supply, Installation and Reactive Maintenance of Advertising Shelters.
The Contracting Authority is seeking a service provider for the supply of the advertising shelters and advertising panels. It also includes reactive maintenance of advertising shelters – i.e. replacement parts due to operational requirements or damage and de-commissioning of shelters.
Lot 2 –Shelter Advertising Rights.
The Contracting Authority is seeking a suitably qualified service provider to undertake advertising media owner concession services on the Contracting Authority’s Shelter advertising estate.
Responsibilities may include but not be limited to the following; Shelter Advertising revenue generation, advertising content hanging services in various formats required over the contract term (e.g. paper / digital format), managing compliance with legal and statutory obligations, management of activity associated with advertising shelters, provision of expert advice on the commercialisation and exploitation of the Authority’s Shelter Advertising and broader Street Furniture estate. It is anticipated that all costs (inc. profit) shall be funded from the revenue generated from the advertising revenue and that a positive financial return will be generated on behalf of the Authority. This is being included in the OJEU process on a non-mandatory basis.
Lot 3 – Publicity Posting of TfL Materials.
The Contracting Authority is seeking a service provider for the provision of posting of TfL publicity materials at stops and shelters. This includes storage of materials, posting of the timetable and publicity materials and maintenance of timetable frames. This may also include similar maintenance at other related infrastructure.
Lot 4 – Supply, Installation and Reactive Maintenance of Non-Advertising Shelters.
The Contracting Authority is seeking a service provider for the supply of the non-advertising shelters, as well as installation and reactive maintenance – i.e. replacement parts due to operational requirements or damage. It also includes the decommissioning of shelters.
Lot 5 – Supply, Installation and Reactive Maintenance of Stops.
The Contracting Authority is seeking a service provider for the supply of stops, as well as installation and reactive maintenance i.e. replacement parts due to operational requirements or damage. It also includes the decommissioning of stops.
Lot 6 – Electrical Maintenance.
The Contracting Authority is seeking a service provider for electrical maintenance at all shelters, advertising and non-advertising (re-lamping), and stops. This will ensure that all electrical components are in good functional state and comply with electrical safety regulations. This includes reactive electrical maintenance repairs, and annual inspections for mains powered shelters and free standing bus stops.
Lot 7 – Painting of Shelters.
The Contracting Authority is seeking a service provider for painting of all TfL shelters. The lot may also include the painting of additional infrastructure as required.
Lot 8 – Cleaning and Graffiti Removal of Street Furniture.
The Contracting Authority is seeking a service provider for the on street cleaning and graffiti removal of shelters and stops and traffic control equipment. The lot may also include cleaning and graffiti removal on additional infrastructure as required.
Estimated value excluding VAT
Range: between 200 000 000 and 500 000 000 GBP
II.2.2)Information about options
Description of these options: The scope of each contract covers the provision of the requirements for an anticipated period of 5 years from the operational commencement date with the option to extend for further periods up to an additional 3 years (i.e. 8 years). Break clauses may also apply at various intervals of the contracts. The intention is to shortlist between 4 and 8 suppliers on a per Lot basis to take through to the Invitation to Negotiate (ITN) stage.
The Contracting Authority reserves the right to amend the scope of the Lot structure and scale of the requirement (in case of a change, increase, or decrease in requirements) at any time during the procurement process, or over the term of the resulting contracts to provide for additional requirements or schemes pertaining to the Contracting Authority (see section VI.3), or other contracting authorities within, or in the proximity of London.
Further details for the requirements will be provided in the (ITN) documents. The Contracting Authority reserves the right to award single contracts for multiple lots, the details of the process of which will be provided in the (ITN) documentation.
The Contracting Authority supports continuous improvement and would seek to take advantage of industry and technology advancement (e.g. digital) over the term of the Contracts.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Supply, Installation and Reactive Maintenance of Advertising Shelters
1)Short description:
It also includes reactive maintenance of advertising shelters – i.e. replacement parts due to operational requirements or damage and de-commissioning of shelters.
2)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
Lot No: 2 Lot title: Advertising Rights on TfL Shelters
1)Short description:
Responsibilities may include but not be limited to the following; Shelter Advertising revenue generation, advertising content hanging services in various formats required over the contract term (e.g. paper / digital format), managing compliance with legal and statutory obligations, management of activity associated with advertising shelters, provision of expert advice on the commercialisation and exploitation of the Authority’s Shelter Advertising and broader Street Furniture estate. It is anticipated that all costs (inc. profit) shall be funded from the revenue generated from the advertising revenue and that a positive financial return will be generated on behalf of the Authority. This is being included in the OJEU process on a non-mandatory basis.
2)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
Lot No: 3 Lot title: Posting of Publicity Materials
1)Short description:
2)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
Lot No: 4 Lot title: Supply, Installation and Reactive Maintenance of Non-Advertising Shelters
1)Short description:
2)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
Lot No: 5 Lot title: Supply, Installation and Reactive Maintenance of Stops
1)Short description:
2)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
Lot No: 6 Lot title: Electrical Maintenance
1)Short description:
2)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
Lot No: 7 Lot title: Painting
1)Short description:
2)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
Lot No: 8 Lot title: Cleaning and Graffiti Removal
1)Short description:
2)Common procurement vocabulary (CPV)
44112100, 79341000, 79341400, 79341200, 44212321, 90910000, 45233293, 45233252, 45440000, 45442120, 30199790, 34928440, 45442100,90690000, 90900000, 50800000, 50532400, 71314100, 65320000, 45310000, 50532000, 90917000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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:
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: New Economic Operators are required to express an interest in this opportunity by registering initially as a new supplier on TfL’s e-procurement system (https://eprocurement.tfl.gov.uk) and following the online instructions. Any Economic Operators that are already registered should express interest by accessing the pre-qualification questionnaire (PQQ) for this requirement directly after logging into the eprocurement site mentioned above. Once registered please search for *SHELTERS* within the search facility and complete and submit the PQQ. The PQQ asks for details of technical and commercial capabilities and must be completed by the stated deadline date and time.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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.2.1)Award criteria
IV.2.2)Information about electronic auction
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: 2013/S 129-222148 of 5.7.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 5 and 8 years.
VI.2)Information about European Union funds
VI.3)Additional information:
The Contracting Authority is acting as a central purchasing body on behalf of itself (all members of the TfL group of companies) and the Greater London Authority, its other functional bodies (currently the Mayor’s Office for Policing and Crime, London Fire and Emergency Planning Authority, and London Legacy Development Corporation) and all London Boroughs. Any of these bodies may award a contract to the successful Bidder(s) substantially on the terms of the contract awarded by the Contracting Authority (if any). Further details will be given in the invitation documents.
Further information on TfL may be found at www.tfl.gov.uk. If and when this requirement is offered to tender, this may, at the awarding authority’s discretion, be by an electronic etendering, e-auction or e-award system. The Contracting Authority reserves the right to withdraw from the procurement process and may award the contract in whole or in part or not at all as a result of this call for competition. The Contracting Authority shall not be liable for any costs or expenses incurred by any bidders in responding to this notice or in tendering for the proposed contract(s). The Contracting Authority may interview any or all companies who express an interest in tendering for this work. Applicants should note that notwithstanding previous registration on TfL’s list of vendors they must submit a pre-qualification questionnaire if they wish to be considered for the scheme (services/supply/works) advertised.
TfL embraces diversity and welcomes applications from all suitably skilled suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership.
TfL strongly supports and implements the Greater London Authority Group Responsible Procurement Policy.
The GLA group has defined ‘responsible procurement’ as the purchase of goods, works and services in a socially and environmentally responsible way that delivers value for money and benefits to the contracting authority and to London.
The Authority encourages its Contractors, and those companies interested in tendering for its contracts to undertake their activities in line with the principles contained in its Responsible Procurement Policy. http://legacy.london.gov.uk/gla/tenders/docs/responsibleprocurementpolicy.pdf
Further information on the GLA group’s Responsible Procurement work can be obtained from the following web-site:http://www.london.gov.uk/priorities/businesseconomy/vision-and-strategy/focus-areas/responsibleprocurement
Details of London Boroughs can be found herehttp://www.londoncouncils.gov.uk/londonfacts/londonlocalgovernment/londonmapandlinks/default.htm
Strategic Labour Needs and Training (SLNT) requires suppliers to both ensure they offer TfL a competent and capable workforce and provide employment, skills and training opportunities to local communities. Suppliers should be aware that TfL intends to apply specific SLNT requirements and questions at the Invitation to Negotiate stage of the procurement process. Further details as to the application of the Greater London Authority Group Responsible Procurement Policy to this procurement will be set out in the tender documents.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: