Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 Endeavour Square
LONDON
E201JN
Contact
Antonio Loureiro Pinheiro
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://service.ariba.com/Supplier.aw
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://service.ariba.com/Supplier.aw
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Urban railway, tramway, trolleybus or bus service
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Pan TfL Office Furniture, Equipment and other materials Relocation, Installation, Remedial and Storage services
Reference number
WS1904565651
two.1.2) Main CPV code
- 50850000 - Repair and maintenance services of furniture
two.1.3) Type of contract
Services
two.1.4) Short description
Transport for London (TfL is seeking to award (based of the most economically advantageous tender received) a single zero value Framework agreement for the provision of Office Furniture, Equipment and Other Materials
Relocation, Installation, Remedial and Storage Managed Services,
The Framework Agreement has two Lots, with up to six (6) suppliers on Lot 1 and up to four (4) suppliers on Lot 2:
Lot 1 - Office Relocations, Installations, Remedial and Storage Services
Lot 2 - Long-Term storage managed services.
two.1.5) Estimated total value
Value excluding VAT: £19,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Office Relocations, Installations, Remedial and Storage Services
Lot No
1
two.2.2) Additional CPV code(s)
- 50850000 - Repair and maintenance services of furniture
- 51620000 - Installation services of office equipment
- 63120000 - Storage and warehousing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Transport for London (TfL) has a requirement to deliver TfL Operational, Planning and Accommodation, Office Relocations of Furniture and Office Equipment services of staff within the TfL Head Office and TfL Operational portfolios. This requirement includes office and operational, relocations, installations, refurbishments, remedial and storage services. Stock will be held by the suppliers and will include furniture, office equipment and white goods.
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: £12,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Up to six (6) suppliers
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Long-Term storage managed services
Lot No
2
two.2.2) Additional CPV code(s)
- 63120000 - Storage and warehousing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
TfL has a requirement of external storage services to support the various requests for long-term storage from internal stakeholders, related with multi-year projects.
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: £6,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
Up to 4 (four) suppliers
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Participation and Selection criteria as stated in the procurement documents
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
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The Framework will be for 4 years with no option to extend.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 December 2024
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: Yes
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 High Courts and Tribunal Service
London
WC2A 2LL
Country
United Kingdom