Traffic Data Collection Services – TfL Framework
5 Lots. Lot No: 1 Lot title: Temporary Automatic Traffic Counting Surveys.
United Kingdom-London: Survey services
2016/S 151-274465
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London — Surface Commercial
197 Blackfriars Road
For the attention of: Chris Stylianou
SE1 8NJ London
United Kingdom
E-mail: ChristopherStylianou@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/login.do
Electronic access to information: https://eprocurement.tfl.gov.uk/epps/login.do
Electronic submission of tenders and requests to participate: https://eprocurement.tfl.gov.uk/epps/login.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 27: Other services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79311000, 79311200, 34970000, 63712710, 79311300, 45316210, 72312000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Information about lots
Lot No: 1 Lot title: Temporary Automatic Traffic Counting Surveys
1)Short description
2)Common procurement vocabulary (CPV)
79311000, 79311200, 34970000, 63712710, 79311300, 45316210
Lot No: 2 Lot title: Traffic Video Surveys
1)Short description
2)Common procurement vocabulary (CPV)
79311000, 79311200, 34970000, 63712710, 79311300, 45316210
Lot No: 3 Lot title: Manual Counting Surveys
1)Short description
2)Common procurement vocabulary (CPV)
79311000, 79311200, 34970000, 63712710, 79311300
Lot No: 4 Lot title: Traffic Survey Data Entry
1)Short description
2)Common procurement vocabulary (CPV)
72312000
Lot No: 5 Lot title: Origin Destination Number Plate Matching Services
1)Short description
2)Common procurement vocabulary (CPV)
79311000, 79311200, 34970000, 63712710, 79311300, 45316210
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.2.2)Economic and financial ability
III.2.3)Technical capacity
Specific information shall be required and set out 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
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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: Specific information and requirements will be detailed in the PQQ 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
Prior information notice
Notice number in the OJEU: 2016/S 080-142407 of 23.4.2016
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.2)Information about European Union funds
VI.3)Additional information
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 a provider of transport services, including providing services for Surface Transport.
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 Metropolitan Police and the London Fire and Emergency Planning Authority) 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.
Transport for London (TfL) is responsible for managing traffic control infrastructure on behalf of all 32 London Boroughs as well as the Highways Agency, Royal Parks and The Corporation of London.
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 e-tendering, e-auction or e-award system.
The Contracting Authority reserves the right to 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 work force 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 follow web-site: www.london.gov.uk/rp
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 Participate/Invitation to Submit 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
Any appeal or request for additional information should be sent to the name and address in Section I.1). The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or 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:
Related Posts
Cornwall Council Traffic Surveys
Highways England Traffic Condition Surveys
Supply of Traffic Cones and Warning Lamps
Crown Commercial Service – Traffic Management Technology 2