Section one: Contracting authority
one.1) Name and addresses
Transport for London
14 Pier Walk
London
SE10 0ES
Contact
Ms Fikriye Erdogan
Telephone
+44 7734776924
Country
United Kingdom
NUTS code
UK - United Kingdom
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://procontract.due-north.com
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
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
ICT13516 Mobile Services Procurement
Reference number
DN611066
two.1.2) Main CPV code
- 64000000 - Postal and telecommunications services
two.1.3) Type of contract
Services
two.1.4) Short description
This Contract Notice relates to the Corporate Mobile Services re-tender being undertaken by Transport for London (TfL). This procurement is also open to the GLA group including and not limited to GLA, LLDC, MOPAC and OPDC.
TfL has a mobile estate of c. 60,000 SIM cards covering, primarily:
-corporate and operational staff mobile device users (Corporate Services); and
-‘machine-to-machine’ (M2M) communications for equipment such as Oyster card readers, ticket machines, ULEZ cameras and the iBus tracking system (M2M Services).
The majority of these services are currently provided by Telefonica O2, albeit some other service providers supply some other smaller volumes of mobile and SIM-related services (collectively "Mobile Services").
This Procurement is to put in place arrangements for the continued and future delivery of TfL’s Mobile Services. The Procurement is split into two lots – the Corporate Services Lot and M2M Services Lot.
For the Corporate Services Lot, the intention is to award a contract ("Corporate Services Contract") with an initial contract term of 3 years with two TfL options to extend for periods of 12 months each, up to 2 further years (i.e. a maximum total term of 5 years).
For the M2M Services Lot, the intention is to award a contract ("M2M Services Contract") with an initial contract term of 7 years with annual TfL options to extend for periods of 12 months each, up to 7 further years (i.e. a maximum total term of 14 years).
Tenderers may bid for either or both Lots.
TfL reserves the option to consolidate Lot 1 and Lot 2 services into a single Contract if the same Supplier is appointed for both Lots.
two.1.5) Estimated total value
Value excluding VAT: £53,735,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers may bid for either or both Lots.
Lot 1 and Lot 2
two.2) Description
two.2.1) Title
Lot 1 Corporate Services
Lot No
1
two.2.2) Additional CPV code(s)
- 31712112 - SIM cards
- 32252100 - Hands-free mobile telephones
- 32342440 - Voice-mail system
- 32412000 - Communications network
- 32412100 - Telecommunications network
- 32500000 - Telecommunications equipment and supplies
- 64000000 - Postal and telecommunications services
- 64212000 - Mobile-telephone services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Mobile Services
two.2.5) Award criteria
Quality criterion - Name: Technical Response / Weighting: 60
Quality criterion - Name: Legal Response (Pass/Fail) / Weighting: 0
Quality criterion - Name: Carbon Response (Pass/Fail) / Weighting: 0
Quality criterion - Name: Cybersecurity (Pass/Fail) / Weighting: 0
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £19,925,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Lot 1:
For the Corporate Services Lot, the intention is to award a contract ("Corporate Services Contract") with an initial contract term of 3 years with two TfL options to extend for periods of 12 months each, up to 2 further years (i.e. a maximum total term of 5 years).
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
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
Lot 2 Machine to Machine (M2M)
Lot No
2
two.2.2) Additional CPV code(s)
- 31712112 - SIM cards
- 32250000 - Mobile telephones
- 32252110 - Hands-free mobile telephones (wireless)
- 32342440 - Voice-mail system
- 32412100 - Telecommunications network
- 32524000 - Telecommunications system
- 64212100 - Short Message Service (SMS) services
- 64212300 - Multimedia Message Service (MMS) services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Mobile services
two.2.5) Award criteria
Quality criterion - Name: Technical Response / Weighting: 60
Quality criterion - Name: Legal Response (Pass/Fail) / Weighting: 0
Quality criterion - Name: Carbon Response (Pass/Fail) / Weighting: 0
Quality criterion - Name: Cybersecurity (Pass/Fail) / Weighting: 0
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £33,810,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
168
This contract is subject to renewal
Yes
Description of renewals
Lot 2:
For the M2M Services Lot, the intention is to award a contract ("M2M Services Contract") with an initial contract term of 7 years with annual TfL options to extend for periods of 12 months each, up to 7 further years (i.e. a maximum total term of 14 years).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.2) Time limit for receipt of tenders or requests to participate
Date
4 November 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunal Services
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any appeals should be promptly brought to the attention of TfL's commercial lead named in
this notice at the address specified in Section I) above and will be dealt with in accordance
with the requirements of the Public Contracts Regulations 2015.
Any appeals must be brought within the timescales specified by the applicable law, including
without limitation, the Public Contracts Regulations 2015. In accordance with the Public
Contracts Regulations 2015, TfL will also incorporate a minimum 10 calendar days standstill
period from the date information on the award of contracts is communicated to tenders.