Opportunity

ICT13516 Mobile Services Procurement

  • Transport for London

F02: Contract notice

Notice reference: 2022/S 000-027646

Published 3 October 2022, 10:47am



Section one: Contracting authority

one.1) Name and addresses

Transport for London

14 Pier Walk

London

SE10 0ES

Contact

Ms Fikriye Erdogan

Email

FIKRIYEERDOGAN@TFL.GOV.UK

Telephone

+44 7734776924

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.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

https://tfl.gov.uk

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.