Contract

TfL Sub-Metering Data and Equipment

  • Transport for London

F03: Contract award notice

Notice identifier: 2023/S 000-025425

Procurement identifier (OCID): ocds-h6vhtk-03933f

Published 30 August 2023, 11:32am



Section one: Contracting authority

one.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

Tufail Ahmed

Email

tufailahmed@tfl.gov.uk

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

https://tfl.gov.uk

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

https://www.hildebrand.co.uk/

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.