Tender for Supply Chain Finance Solution
A solution that provides suppliers with the option of early payment of approved invoices at a competitive rate of finance.
United Kingdom-London: Business transaction and personal business software package
2015/S 237-430645
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London (Information and Communications Technology)
Windsor House, 42- 50 Victoria St.
Contact point(s): Commercial ICT
For the attention of: Juanita Griffith
SW1H 0TL London
UNITED KINGDOM
E-mail: juanitagriffith@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/epps/home.do
Electronic submission of tenders and requests to participate: https://eprocurement.tfl.gov.uk/epps/home.do
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Greater London Authority
City Hall, The Queens Walk
SE1 2AA London
UNITED KINGDOM
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 7: Computer and related 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)
48400000
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:
The solution must allow TfL the option of using its own liquidity to accelerate supplier payments as well as ensuring there is sufficient liquidity via multiple 3rd party investors where TfL chooses not to participate. The solution must also incorporate a quick and simple on-boarding process to encourage supplier adoption across TfL’s entire supply chain.
The contract will be awarded to a single supplier meeting the set evaluation criteria. Further information will be available from the procurement document.
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
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.1.4)Other particular conditions
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
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: Available in tender documents.
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.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This opportunity is available via TfL’s e-tendering portal https://eprocurement.tfl.gov.uk/epps
Your organisation may need to register if your company has not yet done so via https://eprocurement.tfl.gov.uk/epps/home.do#RegSupplier
The opportunity reference is ITC11851.
Any questions regarding the etendering portal must be made via the help-desk (or by e mail through the portal).tfl-eprochelpdesk@eurodyn.com
Telephone: +44 8000740503.
Transport for London (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 provider of transport services. The scope of the proposed services may encompass activities within the scope of both Directive 93/38/EEC and Directive 2014/24/EU. Services to be provided in relation to activities which are subject to the Directive 93/38/EEC (Utilities) will not be subject to a separate notice, the services may be provided to TfL and/or its subsidiaries and may also encompass the GLA and any of its functional bodies.
Further information on TfL may be found at www.transportforlondon.gov.uk and www.tfl.gov.uk/procurement
Contract(s) may be awarded to the successful contractor by any part of TfL and/or any of its subsidiaries.
The awarding authority reserves the right to withdraw from the procurement process and/or not to award any contract as a result of the competition called to 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.
All discussions and meetings will be conducted in English.
Tenders and supporting documents must be priced in GBP and all payments under the contract will be made in sterling.
TfL may interview any or all companies who express an interest in tending for this work.
VI.4.2)Lodging of appeals
The standstill period which will be for a minimum of 10 calendar days, provides time for unsuccessful tenders to challenge the award decision before the contract is entered into.
The Public Contract regulations 2015 provides for aggrieved parties who have been harmed are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: