Section one: Contracting authority
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
PSF3 Project Team
professionalsvcsframeworks3@tfl.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
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://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
Regional or local authority
one.5) Main activity
Other activity
Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TfL 96595 Professional Services Framework 3 - Project & Programme Management and Commercial Services Framework
two.1.2) Main CPV code
- 72224000 - Project management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement process is being conducted under the Restricted Procedure pursuant to Regulation 28 of the Public Contracts Regulations as amended ('PCR 2015').
The suite of TfL Professional Services Frameworks 3 is TfL's and its Group Companies', Greater London Authority and its Functional Bodies and all London Boroughs, primary means of accessing professional services (engineering, planning and project management support, commercial etc) and expertise from the external supply chain.
In line with its Commercial Strategy, TfL has a Category Management approach for replacing the current Professional Services Framework 2. Fundamental to the success of the programme is ensuring that the intended users have access to the necessary technical and specialist skills and services to meet their requirements.
The vision for the new suite of Frameworks includes higher service provision, reduced costs and greater value for money based on key strategic objectives.
This notice is for the Framework from the suite of Professional Services Frameworks 3 - the Project & Programme Management and Commercial Services Framework.
This Framework will cover the following services:
Project and Programme Management Services - Project Management, PMO Services, Portfolio Management, Planning and Scheduling, Risk Management, Assurance Services.
Commercial Services - Procurement, Quantity Surveying, Estimating and Cost Intelligence.
The framework agreement will be for a duration of three (3) years, with an option to extend for up to a further (1) year; the option to execute any extension, and the increments by which this is exercised, will be at TfL's sole discretion.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Project, Programme and Portfolio Management
Lot No
A1
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Project management is the discipline of planning, organizing, motivating, and controlling resources to achieve specific objectives. Programme Management is the co-ordinated management of a collection of related projects which have been grouped to achieve an organisation's strategic objective. Portfolio management is the selection and management of all of an organisation's projects, programmes and related business-as-usual activities taking into account resource constraints. A portfolio is a group of projects and programmes carried out under the sponsorship of an organisation. Portfolios can be managed at an organisation, programme or functional level.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework agreement will be for a duration of three (3) years, with an option to extend for up to a further (1) year; the option to execute any extension, and the increments by which this is exercised, will be at TfL's sole discretion.
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
Programme Office and Project Controls and Planning & Scheduling
Lot No
A2
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
A Programme Office serves the organisation's project management needs. A Programme Office can range from simple support functions for the project manager to being responsible for linking corporate strategy to project execution. Project Controls is an umbrella term for many tools and techniques used in a project's implementation.
Planning involves how the programmes/project plans are executed, monitored and controlled, and closed. In order to create the plan, the process of scheduling is used to determine the overall project duration and when activities and events are planned to happen. This includes identification of a sequence of works and activities and their logical dependencies, estimation of durations and taking into account availability of resource.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework agreement will be for a duration of three (3) years, with an option to extend for up to a further (1) year; the option to execute any extension, and the increments by which this is exercised, will be at TfL's sole discretion.
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
Risk & Opportunity Management
Lot No
A3
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Risk management involves the systematic identification of risks to the strategies, programmes and projects against agreed objectives and benefits and evaluating options for mitigating them. It ensures that those with risk and opportunity management responsibilities implement appropriate measures for success during the project and review and report them on a regular basis.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework agreement will be for a duration of three (3) years, with an option to extend for up to a further (1) year; the option to execute any extension, and the increments by which this is exercised, will be at TfL's sole discretion.
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
Project and Programme Assurance
Lot No
A4
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Project and programme assurance aims to provide an independent and objective oversight of the past, current and future performance of a project or programme. The process will identify areas that need to be addressed to improve or maintain performance and will support TfL in making prudent and informed investment decisions. The assurance process will also consider the extent to which requirements have been complied with and that suitable controlled processes are in place and have been followed to achieve the deliverables. Assurance is a level of confidence based on realistic appraisal.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework agreement will be for a duration of three (3) years, with an option to extend for up to a further (1) year; the option to execute any extension, and the increments by which this is exercised, will be at TfL's sole discretion.
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
Quantity Surveying and Estimating
Lot No
B1
two.2.2) Additional CPV code(s)
- 79418000 - Procurement consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This lot is for both Quantity Surveying and Estimating services.
The purpose of Estimating is to provide an approximation of project time and cost targets. Cost Planning is defined to be the assessment of cost prior to the availability of knowledge of the elemental contents of a project. Benchmarking is a process used in management in which organisations evaluate various aspects of their processes at the strategic and operational level against current best practice. Life Cycle Costing is a technique to establish the total cost of ownership. It is a structured approach that addresses all the elements of this cost and can be used to produce a spend profile of the product or service over its anticipated life-span. Value Management is a structured means of improving business decisions with the aim of maximising the overall performance of an organisation, increasing effectiveness and enhancing competitiveness. It is concerned with optimising the conceptual, technical and operational aspects of a project's deliverables. Value Engineering utilises a series of proven techniques during the implementation phase of a project.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework agreement will be for a duration of three (3) years, with an option to extend for up to a further (1) year; the option to execute any extension, and the increments by which this is exercised, will be at TfL's sole discretion.
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
Procurement
Lot No
B2
two.2.2) Additional CPV code(s)
- 79418000 - Procurement consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of procurement consultancy services. These include:
(1) Strategic Procurement Services determines the high level principles, vision, mission and values and the creation of a specific or linked procurement strategy/ies and sourcing delivery method(s) for a significant procurement event. The context for supply of these services is multi £bn mega-projects and/or major projects in the infrastructure and transport sectors to Public procurement compliant public sector best practice standards.
(2) Operational Procurement Services identifies sources and recommends the means of procuring and contracting for goods and services for a project.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework agreement will be for a duration of three (3) years, with an option to extend for up to a further (1) year; the option to execute any extension, and the increments by which this is exercised, will be at TfL's sole discretion.
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.1.2) 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 several operators
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
Originally published as:
Date
6 January 2025
Local time
12:00pm
Changed to:
Date
20 January 2025
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
12 March 2025
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: 9 (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
This contract notice (and the associated procurement documents) are published in good faith. No warranty is given as to the accuracy or completeness of the information contained in it. Any liability for inaccuracy or incompleteness is expressly disclaimed by Transport for London (TfL) and its advisors.
Nothing in this contract notice (nor in the associated procurement documents) will be taken as constituting an offer (whether implied or otherwise) or any agreement, whether express or implied between, TfL, any other Contracting Authority and any other party. TfL reserves the right to withdraw from, cancel or amend the procurement process and may award the Restricted Procedure Contract in whole, in part or not at all as a result of this call for competition with no liability on its part.
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the framework reserve the right to use any electronic portal during the life of the agreement.
TfL reserve the right not to consider expressions of interest received after the closing date/time or received by means other than the below instructions.
TfL reserves the right at any stage to reject or disqualify or revise the pre-qualified status of any Tenderer who:
1) Provides information or confirmations which later prove to be untrue or incorrect; and/or
2) Does not submit a tender in accordance with the requirements of this ITT or as directed by TfL during the procurement process; and/or
3) Fulfils any one or more of the criteria detailed in Regulation 57 of the Public Contracts Regulations 2015.
This procurement process is being conducted electronically on the e-Tendering portal SAP Ariba. The portal can be accessed via the following link:
https://service.ariba.com/Supplier.aw
TfL is a complex organisation operating both as an executive agency of the Greater London Authority (GLA) under the direction of the Mayor of London and as provider of transport services. The services may be provided to TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT). TfL will be establishing a Framework Agreement for use by all London Boroughs (and any future successors to these organisations), City of London and the Greater London Authority and all its Functional Bodies.
This Framework is NIL Value Framework.
Any orders placed under this Framework Agreement will form a separate contract under the scope of this framework between the supplier and the specific Contracting Authority.
Bidders submit a response to the SSQ at their own risk. All discussions will be conducted in English. Tenders and supporting documents must be priced in Pounds Sterling.
To express an interest in this tender, Bidders need to complete and submit a response to the SSQ in response to the deadline in Section IV.2.2. Those who are successful in the SSQ will be invited to tender for the ITT stage.
To access the procurement documents, complete and submit the SSQ, Bidders will need to be registered on the eTendering portal - SAP Ariba.
The following instructions explain TfL's e-tendering portal and provide guidance on how interested parties will be able to communicate with TfL in relation to this exercise.
(1) To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training
(2) Once you have registered on SAP Ariba (or are already registered), you must also register on TfL's SAP Ariba system through the following link https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL Guidance on registering is available through the following link: here https://content.tfl.gov.uk/supplier-registration.pdf
(3) Upon completion of steps 1 and/or 2, interested parties must inform professionalsvcsframeworks3@tfl.gov.uk with the following details:
- your organisation name as registered in SAP Ariba;
- your applicable supplier ID associated with TfL in SAP Ariba, in the form of SM Vendor ID, ERP ID, AN ID or ACM ID;
- your single point of contact registered on SAP Ariba; first name and surname;
- your email address registered with SAP Ariba; and
- your role in the organisation as registered with SAP Ariba;
Completion of these steps will enable TfL to invite interested parties to the event in SAP Ariba to gain access to the procurement documents, allowing interested bidders to submit their SSQ submission via SAP Ariba by the deadline stated in IV.2.2.
Please contact Ariba_Supplier_Enablement@tfl.gov.uk in the first instance should you experience any problems with the portal for issues related to items 1 and 2 above.
Please contact professionalsvcsframeworks3@tfl.gov.uk should you experience any other problems with the portal following completion of all three steps above.
Further instructions and guidance are included in the SSQ and other procurement documents on SAP Ariba.
Bidders must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of the procurement and terms of the contract and the rules of the procurement process before submitting their tender response.
This Framework Agreement can be used upon award by all the following:
Transport for London and its subsidiaries.
Greater London Authority and all its Functional Bodies.
London boroughs (all 33) & City of London.
Network Rail.
HS2 and its bodies.
six.4) Procedures for review
six.4.1) Review body
HM Courts and Tribunal Service
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contracts Regulations 2015 (S.I. 2015/102), Part 3. Please note that award decision notices (standstill letters) will be issued under Regulation 86 (and a Regulation 87 standstill period will be observed) at the completion of the ITT stage.