Opportunity

Innovation Collaboration Framework (ICF)

  • Transport for London (TfL)

F02: Contract notice

Notice reference: 2022/S 000-028476

Published 10 October 2022, 6:27pm



Section one: Contracting authority

one.1) Name and addresses

Transport for London (TfL)

5 Endeavour Square

London

E20 1JN

Contact

Ms Helena Tryphonides

Email

ICF.Innovation@tfl.gov.uk

Telephone

+44 1111

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://tfl.gov.uk

Buyer's address

https://tfl.gov.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

Other activity

General Public Services / Transport Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Innovation Collaboration Framework (ICF)

Reference number

tfl_scp_002174

two.1.2) Main CPV code

  • 73300000 - Design and execution of research and development

two.1.3) Type of contract

Services

two.1.4) Short description

TfL’s Open Innovation Team works with market innovators of all sizes to help solve some of the challenges that TfL faces where there is a need for more innovative solutions. Rather than prescribing solutions, we instead look to the market for creative, resourceful and novel approaches to problem solving to create new value for TfL by doing things better, quicker or cheaper.

The Innovation Collaboration Framework (ICF) will provide a new route to market through the appointment of up to three innovation-focused partners. The scope of projects it is intended will be covered centre on the Mayor’s Transport Strategy objectives. Any successful tenderers appointed to the ICF will be required to solve TfL problem statements through developing, testing, providing and scaling innovative solutions

This proposed ICF will rely upon investment from partners in R&D, co-creation and development of solutions that can be scaled and co-commercialised (as appropriate).

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31154000 - Uninterruptible power supplies
  • 31710000 - Electronic equipment
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 38100000 - Navigational and meteorological instruments
  • 38220000 - Geological prospecting apparatus
  • 38430000 - Detection and analysis apparatus
  • 38542000 - Servo-hydraulic test apparatus
  • 38543000 - Gas-detection equipment
  • 38650000 - Photographic equipment
  • 42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
  • 45310000 - Electrical installation work
  • 48000000 - Software package and information systems
  • 51000000 - Installation services (except software)
  • 64000000 - Postal and telecommunications services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The ICF offers an exciting opportunity to play a key role in the development and delivery of innovative projects by creating new value to drive TfL’s efficiency and effectiveness into the future.

ICF partners will be required to develop innovative solutions to solve TfL problems and where considered appropriate by TfL, work with TfL to co-commercialise the solutions. These innovation projects will be instructed via call-off contracts.

Each project will comprise up to three phases:

- Research and Development

- Scaling and implementation at TfL sites

- Joint commercialisation

TfL completed an early market engagement exercise, via the publication of a Market Sounding Questionnaire (MSQ) OJEU reference: 539028-2020 in November 2020. A Prior Information Notice in Find a Tender reference: 2022/S 000-018831 was also published in July 2022 to inform suppliers of TfL’s intention to commence the procurement process and invited interested suppliers to attend a supplier event.

The Selection Questionnaire (SQ) forms the first part of a competitive procurement. Participants can access the questionnaire and SQ instruction via TfL’s e-procurement system accessible at https://procontract.due-north.com **.

In addition to the SQ instructions, participants are also provided with draft Invitation to Submit an Initial Tender (ISIT) documents for reference. TfL reserves the right to make appointments to the ICF on the basis of the initial tenders without conducting negotiations.

At the end of this procurement process TfL intends to award ICF Agreements to up to three individual partners. The three persons submitting the most economically advantageous bids will be awarded, subject to the conditions of the evaluation process, a place on the ICF. TfL intends to award individual call-off contracts for innovation projects under the ICF.

** Those who have not already expressed an interest in ICF can be added to the tender event.

Suppliers must be registered on TfL’s e-procurement system: https://procontract.duenorth.com. After registering, please email ICF.Innovation@tfl.gov.uk and confirm your registered supplier name and contact email address to obtain access the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 May 2023

This contract is subject to renewal

Yes

Description of renewals

The initial term of the contract is four (4) years. TfL may extend the contracts beyond the initial term for up to two (2) years at its discretion.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 6

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.2.14) Additional information

The estimated value of the ICF is the estimated maximum total spend by TfL for the scaling and implementation of innovative solutions. This value does not include the estimated cost for the funding of research and development of innovation projects which relies upon ICF partners’ investment or any income and costs from co-commercialising solutions.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.3) 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

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The ICF requires successful ICF partners to invest significant resources into delivery, particularly at the the research and development phase ( Phase 1) to be conducted at the ICF partners’ sole cost (without any guarantee of Phase 2 or Phase 3 call-offs). It is considered prudent therefore, to allow a longer period to enable ICF partners and TfL the opportunity to jointly commercialise the co-created solution and generate profits

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-018831

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 November 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 December 2022

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

** Those who have not already expressed their interest in ICF can still be added to the tender event.

Suppliers must be registered on TfL’s e-procurement system: https://procontract.duenorth.com

After registering, please email ICF.Innovation@tfl.gov.uk and confirm your registered supplier name and contact email address to obtain access the tender documents.

six.4) Procedures for review

six.4.1) Review body

HM Courts and Tribunal Services

Strand London

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.