Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Tufail Ahmed
Telephone
+44 7521098225
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://service.ariba.com/Supplier.aw
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Urban railway, tramway, trolleybus or bus services, and property developer and management company
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TfL Sub-Metering Data and Equipment
Reference number
TfL 96274 (WS1268878378)
two.1.2) Main CPV code
- 38554000 - Electricity meters
two.1.3) Type of contract
Supplies
two.1.4) Short description
This procurement process is being managed by Transport for London ("TfL").
This process is conducted as an open procedure under Regulation 27 of the Public Contracts Regulations 2015.
TfL is seeking to appoint an economic operator on an initial 5-year basis, with provisions to extend for up to a further 5 years at TfL's discretion. The scope of the contract is the following key areas:
• Half hourly meter consumption data provision to TfL's SystemsLink web portal;
• Pre-configured Measuring Instruments Directive (MID) approved metering & comms equipment for free issue to TfL (whose internal electricians framework installation contractors or any other TfL-appointed party will install the meters) in order to enable billing of tenants and general energy management & reporting for Net Zero Carbon planning.
The publication of this notice follows the successful proof of concept works during 2022 that:
• Installed multiple electricity meter types using 4G, NB-IOT and TfL corporate WiFi comms routes to provide data to a central cloud portal;
• Tested comms options for water meter and electricity meter Modbus loggers;
• Integrated onward csv file provision of the half hourly meter consumption data to TfL's SystemsLink web portal; and
• Provided a scope of works for TfL corporate WiFi rollout to all WiFi access points across the portfolio.
two.1.5) Estimated total value
Value excluding VAT: £1,499,625
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32412000 - Communications network
- 32570000 - Communications equipment
- 32580000 - Data equipment
- 38421000 - Flow-measuring equipment
- 38424000 - Measuring and control equipment
- 38551000 - Energy meters
- 44424100 - Meter-housing boxes
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This is a Call for Competition under PCR (2015) on behalf of TfL inviting candidates to participate in this competition process.
This procurement process commences with a compliance check. This is prior to the undertaking of any technical or commercial submission evaluation. Economic operators must pass the compliance check to further progress in the tender evaluation process.
Following the selection of the winning bidder, the winning bidder will be required to undertake a proof of solution phase (which is expected to commence from 26 June 2023 and complete by 18 August 2023). Refer to III.2.2 for further details on the proof of solution phase and the conditions of contract performance.
The services commencement date will commence upon successful completion of the proof of solution phase,
The value stated in II.1.5 of £1,499,625 has an allowance for potential increases in the demand for supply. The contract value for the current forecast is as stated in II.2.6, £999,750.
The duration stated in II.2.11 comprises a core term of five (5) years with an option to extend in period(s) of up to a further five (5) years at the Contracting Authority's sole discretion.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £999,750
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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: Yes
Description of options
60 month initial term, with optional extension(s) of up to an additional 60 months, at the sole discretion of the contracting authority.
The total duration of contract, inclusive of any extension provision is one-hundred twenty (120) months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Economic operators wishing to participate should access the detailed procurement documents referred to in this contract notice, decide on their interest in and capacity and capability for delivering the goods and services which are the subject matter of this contract notice and complete and submit their tender response by the deadline date specified in section IV.2.2.
Further instructions and guidance are included in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The contract will be awarded to the economic operator who has submitted the Most Economically Advantageous Tender based on the evaluation criteria and weightings set out in section 5 of Volume 1.
Following the award of the contract, the winning economic operator will be required to undertake (up to) an 8 week proof of solution phase in accordance with the specific section set out in Section 4.3 of Volume 2, and the winning economic operator's proof of solution plan as required by Section 5.5 of the ITT.
If the winning economic operator fails to meet the proof of solution acceptance criteria and achieve all proof of solution milestones within its proof of solution plan within the (up to) 8 week proof of solution period, the Contracting Authority may terminate the contract in accordance with its terms and award a contract to the economic operator who achieved the next highest score (who will also then be subject to (up to ) an 8 week proof of solution phase).
All tenders are to remain open for acceptance by the Contracting Authority and will not be withdrawn for a period of 6 months from the date fixed for return in order to facilitate the proof of solution phase.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 000-036173
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
26 April 2023
Local time
12:00pm
Changed to:
Date
2 June 2023
Local time
12:00pm
See the change notice.
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
26 April 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
TfL have recently switched to a new sourcing and invoicing system, SAP Ariba, meaning that TfL's processes are now different to those that economic operators may be familiar with. The following instructions explain this new system and provide guidance on how interested parties will be able to communicate with TfL and access the tender through the new system.
1. To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw. Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk .
2. Once you have registered on SAP Ariba (or are already registered), you must also register on TfL's SAP Ariba system through the following link https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL .
3. Upon completion of steps 1 and/or 2, interested parties must inform the TfL lead via email (tufailahmed@tfl.gov.uk) with the following details:
- your single point of contact first name and surname;
- your email address;
- your position in the organisation;
- your organisation name; and
- your applicable vendor ID
in order that the interested party can be invited to the event in SAP Ariba.
You will then have unrestricted and full access to all available documents, free of charge through your dashboard when you login to SAP Ariba at https://service.ariba.com/Supplier.aw .
Interested economic operators are to ensure that they accommodate sufficient time between requesting access to documents and tender receipt deadline. The Contracting Authority shall not be held responsible for any delay resulting in an economic operator's ability to prepare a satisfactory bid due to a late access request from interested economic operators. Furthermore, the Contracting Authority is under no obligation to accept any requests to extend the tender deadline.
The contract (if any) resulting from this call for competition may be awarded by and may be for the benefit of TfL and/or any of its subsidiaries at any time.
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.
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunal Service
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contracts Regulations 2015 (S.I. 2015/102), Part 3.
Please note that award decision notices (standstill letters) will be issued under Regulation 86 (and a Regulation 87 standstill period will be observed) at the completion of the ITT stage, thus creating a ranking list as described in III.2.2.
This is the point at which the award decision is taken and at which the competitive procurement process concludes (but without prejudice to the proof of solution phase as described in III.2.2).
No further standstill letters will be issued, and there will be no further standstill periods observed.
six.4.4) Service from which information about the review procedure may be obtained
Transport for London
5 Endeavour Square
London
E20 1JN
Telephone
+44 7521098225
Country
United Kingdom