Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 158-286758/EN)
Nature of contract: Service contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Transport for London — Commercial Surface
197 Blackfriars Road
London
Postal code: SE1 8NJ
United Kingdom
For the attention of: Alix Butler
Email: alix.butler@tfl.gov.uk
Internet Address(es):
General address of the contracting authority: www.tfl.gov.uk
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:
Body governed by public law
I.3) Main activity:
OTHER: transport
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Tfl_scp_001289 (2) Multiple Occupancy Accessible Transport (MOAT).
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 2: Land transport services, including armored car services, and courier services, except transport of mail
Nuts code: UKI
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Transport for London (TfL) requires external support to provide multi occupancy transport that is accessible for the registered users of the London Dial a Ride service. Contracts will be put in place for 11 Lots to cover different geographic areas across London. Please note, this tender is being conducted under The Public Contracts Regulations 2015 — Competitive Procedure with Negotiation.
II.1.6) Common procurement vocabulary (CPV): 60000000, 34120000, 75200000, 60130000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted: YES
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The scope of the MOAT requirement will be for Service Providers to provide driver and vehicle provisions within the contracted geographical Lot, this will include delivering the service in line with the Specification set out within the tender documents.
The service provider will be responsible for working collaboratively with London Dial a Ride operational staff to ensure that a robust service is delivered.
Please note, bidders are restricted to bid for a maximum of two Lots; parent companies and subsidiaries are deemed as part of the same bidder and therefore cannot bid independently.
Lot Structure:
Lot 1 — Brent, Harrow and Northern Hillingdon.
Lot 2 — Barnet and Enfield.
Lot 3 — Hackney, Haringey and Islington.
Lot 4 — City, Newham, Tower Hamlets and Waltham Forest.
Lot 5 — Barking and Dagenham, Havering and Redbridge.
Lot 6 — Ealing, Hounslow and Southern Hillingdon.
Lot 7 — Camden, Hammersmith & Fulham, Kensington & Chelsea and Westminster.
Lot 8 — Greenwich, Lewisham and Southwark.
Lot 9 — Kingston, Lambeth, Merton, Richmond upon Thames and Wandsworth.
Lot 10 — Croydon and Sutton.
Lot 11 — Bexley and Bromley.
TfL wishes to put in place up to 11 contracts for a duration of up to 5 years with the option to extend at TfL’s discretion for periods of up to a further 2 years. The estimate provided below is for the proposed contract term, including any extensions across all 11 Lots. Further information on the scope of the requirement will be provided in the contract documents (Pre-Qualification Questionnaire and Invitation to Negotiate Documentation) which will be accessible upon registering on TfL’s e-procurement portal detailed below. This is in accordance with the Public Contract Regulations 2015, Competitive Procedure with Negotiations, which this procurement exercise will adhere to.
All applicants will be required to register an interest in the opportunity and complete a Pre-Qualification Questionnaire (PQQ).
To register your interest and download a copy of the PQQ your company needs to register on the TfL e-procurement portal.
Bidders should register on www.tfl.gov.uk/eprocurement and search for this opportunity to receive the PQQ.
Completed PQQ’s must be uploaded onto www.tfl.gov.uk/eprocurement by 12:00 on 9.5.2016 to be considered for shortlisting/pre-qualification.
If you require any further assistance please consult the online help, or contact the named point of contact for this procurement.
A briefing meeting will take place at TfL offices during the PQQ response period, date and details to be confirmed and will be provided once your expression of interest has been received. It is intended that this meeting will give an overview of the process that will be followed and the solution that is being tendered.
II.2.2) Information about options:
Options:yes
Description of these options:An option to extend at TfL’s discretion for a period of up to a 2 years.
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 84 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: North Hillingdon, Harrow and Brent
1) Short description: Multiple occupancy accessible transport provisions within North Hillingdon, Harrow and Brent.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 2; Lot title: Barnet and Enfield
1) Short description: Multiple occupancy accessible transport provisions within Barnet and Enfield.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 3; Lot title: Haringey, Islington and Hackney
1) Short description: Multiple occupancy accessible transport provisions within Haringey, Islington and Hackney.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 4; Lot title: City, Tower Hamlets, Newham and Waltham Forest
1) Short description: Multiple occupancy accessible transport provisions within City, Tower Hamlets, Newham and Waltham Forest.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 5; Lot title: Redbridge, Havering, Barking and Dagenham
1) Short description: Multiple occupancy accessible transport provisions within Redbridge, Havering, Barking and Dagenham.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 6; Lot title: South Hillingdon, Ealing and Hounslow
1) Short description: Multiple occupancy accessible transport provisions within South Hillingdon, Ealing and Hounslow.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 7; Lot title: Camden, Hammersmith & Fulham, Kensington & Chelsea and Westminster
1) Short description: Multiple occupancy accessible transport provisions within Camden, Hammersmith & Fulham, Kensington & Chelsea and Westminster.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 8; Lot title: Greenwich, Lewisham and Southwark
1) Short description: Multiple occupancy accessible transport provisions within Greenwich, Lewisham and Southwark.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 9; Lot title: Kingston, Lambeth, Merton, Richmond upon Thames and Wandsworth
1) Short description: Multiple occupancy accessible transport provisions within Kingston, Lambeth, Merton, Richmond upon Thames andWandsworth.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 10; Lot title: Croydon and Sutton
1) Short description: Multiple occupancy accessible transport provisions within Croydon and Sutton.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 11; Lot title: Bexley and Bromley
1) Short description: Multiple occupancy accessible transport provisions within Bexley and Bromley.
2) Common procurement vocabulary (CPV): 60000000,34120000,75200000,60130000
3) Quantity or scope:
Please see attached tender documentation.
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Parent Company Guarantees or a Performance Bond may be required.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details can be found in the Invitation to Negotiate documents. Payment will be pound sterling and will normally be made
by means of an electronic funds transfer.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority requires that any contract(s) awarded will be entered into by a single legal entity on behalf of a
successful candidate.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: All Applicants will be required to express
an interest in the opportunity and complete a Pre-Qualification Questionnaire (PQQ). To express an interest as a potential
supplier your company needs to be registered on the TfL e-procurement portal. To register or to check if you are already
registered log on to www.tfl.gov.uk/eprocurement
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Interested parties should note that they may be additionally required to supply copies of at least 2 years of accounts/financial statements. Services of an independent third party financial assessment agency may also be used.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met:
Interested parties will be required to undergo assessment via a pre-qualification questionnaire and Invitation to Negotiate if invited at a later stage.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
tfl_scp_001289 (2)
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2015/S 168-306728of01.09.2015
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:
21.09.2016 – 12:00
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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Section VI: Complementary information
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
As detailed previously, the procurement process used to tender this requirement will be the Competitive Procedure with Negotiation. The requirement will be tendered in accordance with the Public Contract Regulations 2015.
The procurement process is being conducted on behalf of Transport for London (TfL). 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. The services, supplies or works may be provided to TfL and/or its subsidiaries and/or the GLA or any other authority that is subject to the requirements of Public Contract Regulations 2015. It is anticipated that a
contract will be awarded by TfL but any part of TfL and/or any of its subsidiaries may award Contract as appropriate. The Awarding Authority reserves the right to withdraw from the procurement process and may award a contract in whole, in part, or not at all as a result of the competition called for 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 sterling and all payments made
under the contract will be in sterling. TfL and/or any subsidiary of TfL or the GLA may interview any or all companies who express an interest for tendering for this work.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:Precise information on deadline(s) for lodging appeals: TfL will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision.The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to lodge an appeal regarding the award decision before the contract is entered into. The Public Contract 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:
16.08.2016