Tender

TfL95293 - Framework Agreement for Cartography Services

  • Transport for London

F02: Contract notice

Notice identifier: 2022/S 000-005462

Procurement identifier (OCID): ocds-h6vhtk-0310ea

Published 28 February 2022, 4:34pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London

14 Pier Walk

London

SE10 0ES

Contact

Mrs Eleanor Spicer

Email

ELEANORSPICER@TFL.GOV.UK

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=d65cdb92-ca7e-ec11-8110-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=d65cdb92-ca7e-ec11-8110-005056b64545

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TfL95293 - Framework Agreement for Cartography Services

Reference number

DN594381

two.1.2) Main CPV code

  • 79820000 - Services related to printing

two.1.3) Type of contract

Services

two.1.4) Short description

Transport for London (TfL) is seeking Service Providers for the provision of cartography services.

The Print Customer Information Team within the Customer Information, Design and

Partnerships (CIDP) team in TfL delivers customer information for the entire TfL network, of

which mapping products make up a significant proportion of published pieces.

TfL intends to commence a procurement process for the creation of a Framework Agreement

which will feature Lots relevant to various cartography requirements. The intended Lot

structure is listed below:

Lot 1: Bus Customer Information

Lot 2: Tube and Rail Including Licensing

Lot 3: Legible London & Cycle Hire Docking Stations

Specific Lot requirements will vary but will involve the creation of new maps within existing

and new styles as well as updates/ amendments to existing maps. A full breakdown of the

scope of services required will be included within the tendering documents.

The following services are out of scope:

- Printing of any artwork, mapping or designs.

- Design of published items without any mapping element or where the majority of the work is

design of non-mapping elements.

Although the majority of requirements utilising the Framework Agreement will stem from TfL

business units, Crossrail, London and Partners and other Greater London Authority Functional Bodies may make use of the Agreement.

two.1.5) Estimated total value

Value excluding VAT: £3,650,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Bus Customer Information

Lot No

1

two.2.2) Additional CPV code(s)

  • 79800000 - Printing and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

TfL’s bus network covers all of London and its customer require many different forms of printed customer information. Typically, this takes the form of A4 or double-royal notices and posters though there are also some specialist products.

Cartographic requirements include, but are not limited to:

• Spider maps (QR, DR and A4, print & digital)

• Where to catch your bus panels

• Bus station plans

• Service change mapping

• Bus stop closures publicity incl. mapping for major events

• Bus consultation mapping

• Travel option leaflets

• Bus station welcome posters

• Multi route TfL timetable Panels

• Conventional “Matrix style” timetable panels

• Ad-hoc stop-specific timetables for TfL services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Tube & Rail Including Licensing

Lot No

2

two.2.2) Additional CPV code(s)

  • 79800000 - Printing and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

TfL’s Tube and rail services include London Underground, London Overground, Docklands Light Rail and the Elizabeth line. Typical cartography requirements include multiple versions of network maps depending on customer requirements and map product location.

Cartographic requirements include, but are not limited to:

• Tube maps

• In car maps for all modes

• Weekly engineering maps

• As hoc tube and rail closure maps

• Rail replacement bus linears

• DLR and Rail Network map

This Lot also includes the provision of tube map licensing. TfL Marketing Services licenses various versions of the standard ‘Tube map’ and ‘Rail and Tube map’ products to third parties who wish to include these in their own printed or digital publications. The Service Provider will be expected to administer this licensing process on behalf of TfL Marketing Services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Legible London & Cycle Hire Docking Stations

Lot No

3

two.2.2) Additional CPV code(s)

  • 79800000 - Printing and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot captures artwork content requirements primarily for Legible London street signs but also paper-based business as usual products such as Continue your Journeys (CYJ)s.

Cartographic requirements include, but are not limited to:

• Legible London infoliths

• Local area maps

• Continuing Your Journey mapping

• Ad hoc Legible London mapping

• Cycle Hire Docking station maps

• Explore London with Santander Cycles Guide

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-002640

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 April 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Transport for London

5 Endeavour Square

London

E20 1JN

Country

United Kingdom