Maintenance, asset renewal and systems upgrades services and works to it’s CCTV, access control.
Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Transport for London
55 Broadway
London
SW1H 0BD
United Kingdom
Contact person: Mr Darcy Martyn
E-mail:
TechnicalFMEME@tfl.gov.uk
NUTS code:
UKI
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.6)Main activity
Urban railway, tramway, trolleybus or bus services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
1FM CCTV, Access Control and Security Systems Maintenance and Upgrade Services
Reference number: DN327382
II.1.2)Main CPV code
32234000
II.1.3)Type of contract
Services
II.1.4)Short description:
Provision of technical FM Services (CCTV, access control and security systems) for Transport for London (TfL).
.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
35120000
42961000
50610000
92222000
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
TfL is seeking a delivery partner to provide maintenance, asset renewal and systems upgrades services and works to it’s CCTV, access control, security and other communications systems portfolio across the TfL estate including London Underground stations, depots, office buildings, bus stations and piers for a period of 7.25 years from early 2020.
Estimated total value within the range 217 000 000 GBP to 287 000 000 GBP.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 87
This contract is subject to renewal: yes
Description of renewals:
The contract terms will include an option to extend the term of the contract by up to 5 years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 03/09/2018
Local time: 09:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Transport for London
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
30/07/2018