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
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 was managed by Transport for London ("TfL") and was conducted as an Open procedure under Regulation 27 of the Public Contracts Regulations 2015.
The procurement sought 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 and communications 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 value stated in II.1.7 of £1,499,625 is the estimated value of the contract inclusive of extension provisions, but the actual value will be dependent on volumes purchased.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,499,625
two.2) Description
two.2.2) Additional CPV code(s)
- 32412000 - Communications network
- 32570000 - Communications equipment
- 32580000 - Data equipment
- 38421000 - Flow-measuring 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 procurement process commenced with a compliance check prior to the undertaking of any technical or commercial submission evaluation. Economic operators must have passed this compliance check to further progress in the tender evaluation process.
The contract was awarded to the economic operator who submitted the Most Economically Advantageous Tender (MEAT) based on the evaluation criteria and weightings as set out in the ITT tender pack.
The successful economic operator will be undertaking a proof of solution phase. Refer to II.2.14 for further details on the proof of solution phase and the conditions of contract performance.
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
two.2.11) Information about options
Options: Yes
Description of options
Sixty (60) month initial term, with optional extension(s) of up to an additional sixty (60) months, at the sole discretion of the contracting authority.
The total duration of contract, inclusive of the potential extension provisions is one-hundred and twenty (120) months.
two.2.14) Additional information
The contract was awarded to the economic operator who submitted the Most Economically Advantageous Tender (MEAT) based on the evaluation criteria and weightings as set out in the ITT tender pack.
Following the award of the contract, the winning economic operator will be undertaking (up to) an 8 week proof of solution phase in accordance with the specific section set out in ITT tender pack, and the winning economic operator's proof of solution plan.
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 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 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.
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: 2023/S 000-007917
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 August 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hildebrand Technology Limited
56 Conduit Street
London
W1S 2YZ
Country
United Kingdom
NUTS code
- UKI - London
Companies House
05577050
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,499,625
Total value of the contract/lot: £1,499,625
Section six. Complementary information
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) have been issued under Regulation 86 (and a Regulation 87 standstill period has been observed) following the completion of the ITT stage as referred to in V.2.1, thus creating a ranking list as described in II.2.14.
This is the point at which the award decision was taken and at which the competitive procurement process concluded (but without prejudice to the proof of solution phase as described in II.2.14).
No further standstill letters will be issued, and there will be no further standstill periods observed.