TfL Framework Contract for Strategic Consultancy Services
To primarily provide long-term strategic advice in relation to the development potential of TfL’s property portfolio.
United Kingdom-London: Architectural, engineering and surveying services
2016/S 115-205121
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London (Commercial Services)
Windsor House, 42- 50 Victoria St.
Contact point(s): https://eprocurement.tfl.gov.uk/epps/home.do
For the attention of: Rita Johnson
SW1H 0TL London
United Kingdom
E-mail: ritajohnson@tfl.gov.uk
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Address of the buyer profile: https://eprocurement.tfl.gov.uk/epps/home.do
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
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 11: Management consulting services [6] and related services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71250000, 71241000, 71242000, 71222200, 71222100, 71000000, 71200000, 73000000, 79420000, 79411100
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 1 000 000 and 4 500 000 GBP
II.2.2)Information about options
Description of these options: The duration of the Framework Contract will be initially for 2 years with the option to extend for a further 1 + 1 year at the discretion of TfL (maximum duration will not exceed 48 months).
II.2.3)Information about renewals
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
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: These are detailed in the PQQ.
III.2.3)Technical capacity
.Specific information shall be requested in the PQQ.
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
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
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.3)Additional information
The Contracting Authority is not and shall not be liable for any costs, fees or expenses (including any third party costs, fees or expenses) incurred by those expressing an interest in or negotiating or tendering for this contract opportunity. The Contracting Authority reserves the right not to award any contract and to make whatever changes it sees fit to the structure and the timing of the procurement process and to cancel the process in its entirety at any stage. To the extent that this is permissible under procurement legislation the Contracting Authority also reserves the right to amend the scope of services during the procurement process or at any time during the term of any contract awarded.
Shortlisted bidders shall be required to price their tender in pounds sterling. Any resulting contract or contracts will be considered a contract or contracts made in England according to English law.
The Contracting Authority intends to use electronic means including the internet in carrying out the procurement process.
The Contracting Authority strongly supports and implements the Greater London Authority Group Responsible Procurement Policy. Details about the policy can be found on www.london.gov.uk/priorities/business-economy/vision-and-strategy/focus-areas/responsible-procurement. 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.
Please note that the date referred to in section IV.3.4 is also the deadline for receipt of completed PQQ submissions. It is the interested organisation’s responsibility to ensure sufficient time is allowed to complete the upload and submission of their PQQ response. The information contained in this notice, including the list of CPV codes, is neither exhaustive nor binding and may be amended at any time by the issue of any further notice(s) or at any other time at the discretion of the Contracting Authority. The Contracting Authority reserves the right to request additional and/or clarificatory information from interested organisations as required and to disqualify non-compliant PQQ submissions. Further information is contained in the PQQ documentation.
This is a publication of a notice in the Official Journal of the EU. The tender processes which the Contracting Authority intends to follow will be described in more detail in the tender documentation.
VI.4.1)Body responsible for appeal procedures
Transport for London
42-50 Victoria Street
SW1H 0TL London
United Kingdom
Internet address: http://www.tfl.gov.uk
VI.4.2)Lodging of appeals
Any appeal or request for additional information should be sent to the name and address in Section I.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Transport for London
42-50 Victoria Street
SW1H 0TL London
United Kingdom
Internet address: http://www.tfl.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Rent Reviews Contractor Required
Scottish Water Framework for Property Auctions
Business Rate Maximisation London
Real Estate Marketing Advice Edinburgh