Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Beth Doran
Telephone
+44 7547100796
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
http://TfL.sourcing-eu.ariba.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://TfL.sourcing-eu.ariba.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://TfL.sourcing-eu.ariba.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
Legible London 4
Reference number
WS1142858142 / tfl_scp_002338
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Transport for London (TfL) is seeking to undertake a procurement of services for the Legible London map-based on-street signage programme. The procurement comprises the manufacture, supply, installation and maintenance of Legible London products, which are wayfinding totems.
The procurement is for a framework agreement for an initial term of two (2) years with the option at TfL's sole discretion to extend up to a further two (2) years.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31523200 - Permanent message signs
- 34992300 - Street signs
- 44423400 - Signs and related items
- 45233260 - Pedestrian ways construction work
- 45233293 - Installation of street furniture
- 51000000 - Installation services (except software)
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
Legible London is a map-based, street-level pedestrian information system that encourages people to walk. It was developed by TfL with the support of the London Boroughs and aims to promote walking by tackling a key barrier: the lack of clear and consistent on-street wayfinding information. The programme comprises an integrated signing and mapping system, which incorporates local identity and branding throughout the Capital.
The contract shall be for the provision of:
1. The manufacture and supply of Legible London products, including the production of replacement signs, panels and map refreshes;
2. The installation of Legible London products, including necessary procedures for groundworks and permissions (including responsibility for required permits, consents and licenses);
3. The reactive maintenance/making safe and installation of replacement parts and map refreshes of the Legible London wayfinding system;
4. A comprehensive works management data log to track all activities undertaken on Legible London signs, products and replacement parts with regular reporting to TfL.
Additional, ancillary or incidental works, services or supplies related to the scope described above may be required to facilitate the delivery of each call-off contract.
This may include:
i. the cleaning of Legible London products, including graffiti removal, sticker removal and/or removal of other items which impact the appearance and legibility of the product as required.
ii. undertaking inspections and audits of Legible London signage within the Greater London Authority area.
The contract will be in the form of a single supplier framework, with the agreement available to:
(i) the Greater London Authority or any of its subsidiaries or other functional bodies (from time to time);
(ii) any of the London Boroughs; and/or
(iii) any contractor (including a developer) nominated by:
- Transport for London;
- any other member of the TfL Group or the Greater London Authority;
- any of its subsidiaries or other functional bodies (from time to time);
- any of the London Boroughs; or
- any combination of such parties.
The proposed framework agreement term is for two (2) years from August 2024 with the option to extend up to two a further (2) years.
The procurement documents issued with this Contract Notice via SAP Ariba provide a detailed representation of the requirements under this contract and the process to appoint the successful supplier.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract can be extended at TfL's sole discretion incrementally or in full after the initial term of two (2) years for a maximum extension period of two (2) years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The value stated in Section II.1.5 and Section II.2.6 represents the maximum estimated value of works, services and/or supplies anticipated across the four (4) year period (should TfL choose to extend beyond the initial two (2) year period). The estimated total value range may be 3,000,000 to 3,500,000 GBP.
No guaranteed volumes are provided for under this Framework.
TfL is conducting this procurement pursuant to the PCR 2015 under the Restricted procedure.
TfL will be using its SAP Ariba portal to manage communication with suppliers who express interest in this procurement in response to this Contract Notice.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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 a single operator
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 000-026486
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
3 November 2023
Changed to:
Date
10 November 2023
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 December 2023
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.3) Additional information
Suppliers are required to respond to all sections of the SSQ and must submit responses in accordance with the instructions and response deadline stated in section IV.2.2. Each response must be submitted electronically via the SAP Ariba portal.
Instructions for accessing SAP Ariba and Procurement Documents:
To access the procurement documents on SAP Ariba, potential suppliers should:
• Step 1: Visit the SAP Ariba platform using the following link https://service.ariba.com/Supplier.aw/109539051/aw?awh=r&awssk=fx3TUYr9&dard=1&ancdc=1
• Step 2:
o If new to SAP Ariba, click 'Register Now' and create a standard SAP Ariba account by providing the requested company and administrator information and providing a password which contains a capital letter, a number and a special character; or
o If already an account holder on SAP Ariba, log in using your log in details. Those who are already registered as a TfL Supplier on SAP Ariba, will still need to follow Step 5 below in order to be added as a participant.
Please note, if new to SAP Ariba, the SAP Ariba platform may ask you to review and check for duplicate accounts that others in your business may have set up previously. If there are duplicate accounts, either contact the relevant account administrator using the SAP Ariba functionality or if you require a separate account for access to TfL procurements then please select 'back' and select 'continue account creation'.
• Step 3: Confirm your email address once the confirmation email has been sent.
• Step 4: Confirm in the SAP Ariba platform what type of goods /services you supply.
• Step 5: Send an email to bethdoran@tfl.gov.uk with the information from Steps 2 to 4 including your Business Network ID and the respondent's company name, username and administrator email.
• Step 6: Use the unique link in the response email to access SAP Ariba.
• Step 7: When you have access to the procurement's main home page on SAP Ariba SAP Ariba, click on the 'Intend to Participate' button icon in order to fully register against the contract opportunity.
• Step 8: In the main menu bar at the left of the website click the 'All Content' to see all documentation. Prospective respondents must follow the instructions in the Selection Questionnaire when completing and submitting the response to the Selection Questionnaire.
SAP Ariba Supplier Registration Help Page:
If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk
TfL reserves the right without notice to change the procurement process detailed in the procurement documents or to amend the information provided, including, but not limited to, changing the timetable, the scope and the procurement process. This will be subject to the normal rules of public law and transparency.
Moreover, TfL reserves the right to provide further information to supplement the procurement process. Suppliers enter this procurement process at their own risk. TfL shall not accept liability nor reimburse a tenderer for any costs or losses it incurs in relation to its participation in the procurement process, regardless of whether or not TfL has made changes to the procurement process.
TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise.
The Contracting Authority strongly encourages those interested in tendering to undertake their activities in line with Responsible Procurement principles. Further information on TfL's Responsible Procurement policies can be found on the following website: https://tfl.gov.uk/corporate/publications-and-reports/procurement-information.
The UK government has announced its commitment to greater data transparency. Accordingly, TfL reserves the right to publishing its tender documents, contracts and data from invoices received. In doing so, TfL may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004.
Further information on TfL may be found at www.tfl.gov.uk.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom