Notice Information
Notice Title
TfL Professional Services Frameworks 2 - Project & Programme Management Services (PSFW2) - 94201
Notice Description
The suite of TfL Professional Services Frameworks are TfL's and its Group Companies', Greater London Authority and its functional bodies and all London Boroughs, primary means of accessing engineering, planning and project management support and expertise from the external supply chain. In line with its Commercial Strategy, TfL continues to work within a Category Management approach for replacing the current suite of Frameworks. 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 key strategic objectives of the new suite of Frameworks includes higher quality service provision, reduced costs and greater value for money. Additional information: The contracting authority reserves the right to award contracts combining the following lots or groups of lots: * Lot 1 - Project, Programme and Portfolio Management * Lot 2 - Programme Office and Project Controls incl Planning and Scheduling * Lot 3 - Lean Consultancy * Lot 4 - Business Case Management * Lot 5 - Risk & Opportunity Management * Lot 6 - Construction Project Management * Lot 7 - Assurance & Quality Management 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. Please note all Economic Operators are required to express their interest by registration on the E-tendering website as listed below. After registering you should look for the Opportunity "PSF294201 - Professional Services Frameworks 2 - Project and Programme Management Services". Economic operators interested in being considered for this opportunity must express interest by means of completing the Standard Selection Questionnaire detailing their capabilities. Transport for London (TfL) reserve the right not to consider expressions of interest received after the closing date/time or received by means other than the portal. 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 ProContract from Proactis. The portal can be accessed via the following link: (https://procontract.due-north.com) Transport for London (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 GLA/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. 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. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement. This procurement process is being conducted electronically on the e-Tendering portal ProContract from Proactis. The portal can be accessed via the following link: (https://procontract.due-north.com) Interested suppliers must express their interest as soon as possible via the portal to access and download all relevant procurement documents and submit a Standard Selection Questionnaire (SSQ) by the deadline stated in IV.2.2 Time Limit for receipt of tenders, requests to participate or expressions of interest. If you experience any problems registering on or using the TfL ProContract portal, please contact the ProContract helpdesk directly, as soon as possible, by email to: mailto:ProContractSuppliers@ProActis.com
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-310b4c18-618f-418d-8dbe-ee141970dc94
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/45db3a14-eeeb-46f5-a474-b936a85aefdb
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
72224000 - Project management consultancy services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Nov 20187 years ago
- Submission Deadline
- 18 Jan 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Mar 2019 - 31 Mar 2023 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 0BD
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI London
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/45db3a14-eeeb-46f5-a474-b936a85aefdb
23rd November 2018 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-310b4c18-618f-418d-8dbe-ee141970dc94-2018-11-23T18:51:06Z",
"date": "2018-11-23T18:51:06Z",
"ocid": "ocds-b5fd17-310b4c18-618f-418d-8dbe-ee141970dc94",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "TFL001-DN378228-27185580",
"title": "TfL Professional Services Frameworks 2 - Project & Programme Management Services (PSFW2) - 94201",
"description": "The suite of TfL Professional Services Frameworks are TfL's and its Group Companies', Greater London Authority and its functional bodies and all London Boroughs, primary means of accessing engineering, planning and project management support and expertise from the external supply chain. In line with its Commercial Strategy, TfL continues to work within a Category Management approach for replacing the current suite of Frameworks. 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 key strategic objectives of the new suite of Frameworks includes higher quality service provision, reduced costs and greater value for money. Additional information: The contracting authority reserves the right to award contracts combining the following lots or groups of lots: * Lot 1 - Project, Programme and Portfolio Management * Lot 2 - Programme Office and Project Controls incl Planning and Scheduling * Lot 3 - Lean Consultancy * Lot 4 - Business Case Management * Lot 5 - Risk & Opportunity Management * Lot 6 - Construction Project Management * Lot 7 - Assurance & Quality Management 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. Please note all Economic Operators are required to express their interest by registration on the E-tendering website as listed below. After registering you should look for the Opportunity \"PSF294201 - Professional Services Frameworks 2 - Project and Programme Management Services\". Economic operators interested in being considered for this opportunity must express interest by means of completing the Standard Selection Questionnaire detailing their capabilities. Transport for London (TfL) reserve the right not to consider expressions of interest received after the closing date/time or received by means other than the portal. 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 ProContract from Proactis. The portal can be accessed via the following link: (https://procontract.due-north.com) Transport for London (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 GLA/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. 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. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement. This procurement process is being conducted electronically on the e-Tendering portal ProContract from Proactis. The portal can be accessed via the following link: (https://procontract.due-north.com) Interested suppliers must express their interest as soon as possible via the portal to access and download all relevant procurement documents and submit a Standard Selection Questionnaire (SSQ) by the deadline stated in IV.2.2 Time Limit for receipt of tenders, requests to participate or expressions of interest. If you experience any problems registering on or using the TfL ProContract portal, please contact the ProContract helpdesk directly, as soon as possible, by email to: mailto:ProContractSuppliers@ProActis.com",
"datePublished": "2018-11-23T18:51:06Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2019-01-18T23:59:59Z"
},
"contractPeriod": {
"startDate": "2019-03-01T00:00:00Z",
"endDate": "2023-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/45db3a14-eeeb-46f5-a474-b936a85aefdb",
"datePublished": "2018-11-23T18:51:06Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-74141",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London"
},
"address": {
"streetAddress": "55 Broadway",
"locality": "London",
"postalCode": "SW1H 0BD",
"countryName": "England"
},
"contactPoint": {
"name": "Ms Shaheen Lodhi",
"email": "psfw2@tfl.gov.uk"
},
"details": {
"url": "https://tfl.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-74141",
"name": "Transport for London"
}
}