TfL Learning and Development Contract 3 – Safety and Operational Training
Contract 1 is divided into the following 7 Lots and bidders may elect to bid for all or any number of these Lots: Lot 1 – Spaces, Heights and Manual Handling Lot 2 – Health and Safety Management Lot 3 – Cranes, Forklifts and Equipment.
United Kingdom-London: Education and training services
2014/S 100-174971
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London – (Procurement Operations)
100 Petty France
Contact point(s): Procurement Operations Team (Hitesh Mistry)
For the attention of: Hitesh Mistry
SW1H 0BD London
UNITED KINGDOM
E-mail: procurementoperationsteam@tfl.gov.uk, hiteshmistry@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 24: Education and vocational education services
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
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 500 000 and 4 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
80000000, 79632000, 80570000, 80550000, 80531000, 80531100, 80531200, 80521000, 80500000, 80510000, 80511000
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Contract 1 is divided into the following 7 Lots and bidders may elect to bid for all or any number of these Lots:
Lot 1 – Spaces, Heights and Manual Handling.
Lot 2 – Health and Safety Management.
Lot 3 – Cranes, Forklifts and Equipment.
Lot 4 – Construction Industry Training Board Qualifications, Construction Skills Certification Scheme.
Lot 5 – Behavioural Safety.
Lot 6 – Management of Health Risks.
Lot 7 – Environmental Management.
It is currently anticipated that the contract will be operational by September 2014 (please note that this date may be subject to change) and will run for three years from this date with an option to extend for a further year should this be required.
Estimated value excluding VAT:
Range: between 1 500 000 and 4 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Spaces, Heights and Manual Handling
2)Common procurement vocabulary (CPV)
80000000, 79632000, 80570000, 80550000, 80531000, 80531100, 80531200, 80521000, 80500000, 80510000, 80511000
Lot No: 2 Lot title: Health and Safety Management
2)Common procurement vocabulary (CPV)
80000000, 79632000, 80570000, 80550000, 80531000, 80531100, 80531200, 80521000, 80500000, 80510000, 80511000
Lot No: 3 Lot title: Cranes, Forklifts & Equipment
2)Common procurement vocabulary (CPV)
80000000, 79632000, 80570000, 80550000, 80531000, 80531100, 80531200, 80521000, 80500000, 80510000, 80511000
Lot No: 4 Lot title: Construction Industry Training Board Qualifications, Construction Skills Certification Scheme
2)Common procurement vocabulary (CPV)
80000000, 79632000, 80570000, 80550000, 80531000, 80531100, 80531200, 80521000, 80500000, 80510000, 80511000
Lot No: 5 Lot title: Behavioural Safety
2)Common procurement vocabulary (CPV)
80000000, 79632000, 80570000, 80550000, 80531000, 80531100, 80531200, 80521000, 80500000, 80510000, 80511000
Lot No: 6 Lot title: Management of Health Risks
2)Common procurement vocabulary (CPV)
80000000, 79632000, 80570000, 80550000, 80531000, 80531100, 80531200, 80521000, 80500000, 80510000, 80511000
Lot No: 7 Lot title: Environmental Management
2)Common procurement vocabulary (CPV)
80000000, 79632000, 80570000, 80550000, 80531000, 80531100, 80531200, 80521000, 80500000, 80510000, 80511000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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
III.2.3)Technical capacity
The Authority’s requirement will be sent out in the Pre Qualification Questionnaire documents.
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.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.3)Additional information
The Contracting Authority reserves the right to withdraw from the procurement process and may award contracts in whole, in part, or not at all as a result of the competition called for by this notice and may amend the scope of services and / or content of lots during the procurement process or at any time during the term of any contract awarded.
The Contracting Authority shall not be liable for any costs or expenses incurred by any Economic Operators 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 sterling and all payments made under the contracts will be in sterling.
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 onwww.london.gov.uk/priorities/business-economy/vision-and-strategy/focusareas/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.
The Economic Operator appointed may also be required to extend the scope services to support any shared services initiatives with TfL and any other GLA Functional Bodies.
The contract will be up to 48 months following transition. This contract falls under Part B services as part of EU regulations so accelerated timescales may be used if required.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: