Notice Information
Notice Title
TfL Sub-Metering Data and Equipment
Notice Description
This procurement process was managed by Transport for London ("TfL") and was conducted as an Open procedure under Regulation 27 of the Public Contracts Regulations 2015. The procurement sought to appoint an economic operator on an initial 5-year basis, with provisions to extend for up to a further 5 years at TfL's discretion. The scope of the contract is the following key areas: * Half hourly meter consumption data provision to TfL's SystemsLink web portal; * Pre-configured Measuring Instruments Directive (MID) approved metering and communications equipment for free issue to TfL (whose internal electricians, framework installation contractors or any other TfL-appointed party will install the meters) in order to enable billing of tenants and general energy management & reporting for Net Zero Carbon planning. The value stated in II.1.7 of PS1,499,625 is the estimated value of the contract inclusive of extension provisions, but the actual value will be dependent on volumes purchased.
Lot Information
Lot 1
This procurement process commenced with a compliance check prior to the undertaking of any technical or commercial submission evaluation. Economic operators must have passed this compliance check to further progress in the tender evaluation process. The contract was awarded to the economic operator who submitted the Most Economically Advantageous Tender (MEAT) based on the evaluation criteria and weightings as set out in the ITT tender pack. The successful economic operator will be undertaking a proof of solution phase. Refer to II.2.14 for further details on the proof of solution phase and the conditions of contract performance. The duration stated in II.2.11 comprises a core term of five (5) years with an option to extend in period(s) of up to a further five (5) years at the Contracting Authority's sole discretion. Additional information: The contract was awarded to the economic operator who submitted the Most Economically Advantageous Tender (MEAT) based on the evaluation criteria and weightings as set out in the ITT tender pack. Following the award of the contract, the winning economic operator will be undertaking (up to) an 8 week proof of solution phase in accordance with the specific section set out in ITT tender pack, and the winning economic operator's proof of solution plan. If the winning economic operator fails to meet the proof of solution acceptance criteria and achieve all proof of solution milestones within its proof of solution plan within the 8 week proof of solution period, the Contracting Authority may terminate the contract in accordance with its terms and award a contract to the economic operator who achieved the next highest score (who will also then be subject to (up to) an 8 week proof of solution phase). All tenders remain open for acceptance by the Contracting Authority and will not be withdrawn for a period of 6 months from the date fixed for return in order to facilitate the proof of solution phase.
Options: Sixty (60) month initial term, with optional extension(s) of up to an additional sixty (60) months, at the sole discretion of the contracting authority. The total duration of contract, inclusive of the potential extension provisions is one-hundred and twenty (120) months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03933f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025425-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
38 - Laboratory, optical and precision equipments (excl. glasses)
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
32412000 - Communications network
32570000 - Communications equipment
32580000 - Data equipment
38421000 - Flow-measuring equipment
38551000 - Energy meters
38554000 - Electricity meters
44424100 - Meter-housing boxes
Notice Value(s)
- Tender Value
- £1,499,625 £1M-£10M
- Lots Value
- £999,750 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £1,499,625 £1M-£10M
Notice Dates
- Publication Date
- 30 Aug 20232 years ago
- Submission Deadline
- 26 Apr 2023Expired
- Future Notice Date
- 30 Jan 2023Expired
- Award Date
- 1 Aug 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Tufail Ahmed
- Contact Email
- tufailahmed@tfl.gov.uk
- Contact Phone
- +44 7521098225
Buyer Location
- Locality
- LONDON
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI41 Hackney and Newham
- Delivery Location
- TLI London
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
Further Information
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-h6vhtk-03933f-2023-08-30T11:32:14+01:00",
"date": "2023-08-30T11:32:14+01:00",
"ocid": "ocds-h6vhtk-03933f",
"initiationType": "tender",
"tender": {
"id": "TfL 96274 (WS1268878378)",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "TfL Sub-Metering Data and Equipment",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38554000",
"description": "Electricity meters"
},
"mainProcurementCategory": "goods",
"description": "This procurement process was managed by Transport for London (\"TfL\") and was conducted as an Open procedure under Regulation 27 of the Public Contracts Regulations 2015. The procurement sought to appoint an economic operator on an initial 5-year basis, with provisions to extend for up to a further 5 years at TfL's discretion. The scope of the contract is the following key areas: * Half hourly meter consumption data provision to TfL's SystemsLink web portal; * Pre-configured Measuring Instruments Directive (MID) approved metering and communications equipment for free issue to TfL (whose internal electricians, framework installation contractors or any other TfL-appointed party will install the meters) in order to enable billing of tenants and general energy management & reporting for Net Zero Carbon planning. The value stated in II.1.7 of PS1,499,625 is the estimated value of the contract inclusive of extension provisions, but the actual value will be dependent on volumes purchased.",
"value": {
"amount": 1499625,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This procurement process commenced with a compliance check prior to the undertaking of any technical or commercial submission evaluation. Economic operators must have passed this compliance check to further progress in the tender evaluation process. The contract was awarded to the economic operator who submitted the Most Economically Advantageous Tender (MEAT) based on the evaluation criteria and weightings as set out in the ITT tender pack. The successful economic operator will be undertaking a proof of solution phase. Refer to II.2.14 for further details on the proof of solution phase and the conditions of contract performance. The duration stated in II.2.11 comprises a core term of five (5) years with an option to extend in period(s) of up to a further five (5) years at the Contracting Authority's sole discretion. Additional information: The contract was awarded to the economic operator who submitted the Most Economically Advantageous Tender (MEAT) based on the evaluation criteria and weightings as set out in the ITT tender pack. Following the award of the contract, the winning economic operator will be undertaking (up to) an 8 week proof of solution phase in accordance with the specific section set out in ITT tender pack, and the winning economic operator's proof of solution plan. If the winning economic operator fails to meet the proof of solution acceptance criteria and achieve all proof of solution milestones within its proof of solution plan within the 8 week proof of solution period, the Contracting Authority may terminate the contract in accordance with its terms and award a contract to the economic operator who achieved the next highest score (who will also then be subject to (up to) an 8 week proof of solution phase). All tenders remain open for acceptance by the Contracting Authority and will not be withdrawn for a period of 6 months from the date fixed for return in order to facilitate the proof of solution phase.",
"status": "cancelled",
"value": {
"amount": 999750,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Sixty (60) month initial term, with optional extension(s) of up to an additional sixty (60) months, at the sole discretion of the contracting authority. The total duration of contract, inclusive of the potential extension provisions is one-hundred and twenty (120) months."
},
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32412000",
"description": "Communications network"
},
{
"scheme": "CPV",
"id": "32570000",
"description": "Communications equipment"
},
{
"scheme": "CPV",
"id": "32580000",
"description": "Data equipment"
},
{
"scheme": "CPV",
"id": "38421000",
"description": "Flow-measuring equipment"
},
{
"scheme": "CPV",
"id": "38551000",
"description": "Energy meters"
},
{
"scheme": "CPV",
"id": "44424100",
"description": "Meter-housing boxes"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI"
},
{
"region": "UKI"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-01-30T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"amendments": [
{
"id": "1",
"description": "Once registered, please provide the bid manager's registered SAP Ariba details via email to Tufail Ahmed (tufailahmed@tfl.gov.uk) that include: name, position, email address, supplier name and Vendor ID. Interested parties are requested to do this by 15 January 2023."
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-04-26T12:00:00+01:00"
},
"newValue": {
"date": "2023-06-02T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
},
{
"oldValue": {
"date": "2023-04-26T12:01:00+01:00"
},
"newValue": {
"date": "2023-06-02T12:01:00+01:00"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "The Authority wishes to notify prospective tenderers that it is republishing the Invitation to Tender originally published on 17 March 2023. The amendments mainly concern the pricing model elements of the tender, in particular the ability of tenderers to use pricing for meters that are equivalent to the stated models within the pricing model where such models form part of their proposed solution. This is to ensure that tenderers are able to align their pricing with the Specification (which provides that tenderers' solutions can include equivalent meters) and accordingly better optimise their pricing to provide a solution that provides the best value for money for the Authority. The Authority recognises that tenderers may wish to amend their tenders in light of this amendment and for this reason has extended the Tender Deadline to 02 June 2023. To the extent that a tenderer might already have submitted a tender prior to this notification, it may resubmit its tender in the light of this notification, should it wish to do so, prior to the new Tender Deadline. The Authority again thanks tenderers for their hard work during this procurement and hopes that this amendment will assist them in constructing the optimum tender possible."
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic operators wishing to participate should access the detailed procurement documents referred to in this contract notice, decide on their interest in and capacity and capability for delivering the goods and services which are the subject matter of this contract notice and complete and submit their tender response by the deadline date specified in section IV.2.2. Further instructions and guidance are included in the procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The contract will be awarded to the economic operator who has submitted the Most Economically Advantageous Tender based on the evaluation criteria and weightings set out in section 5 of Volume 1. Following the award of the contract, the winning economic operator will be required to undertake (up to) an 8 week proof of solution phase in accordance with the specific section set out in Section 4.3 of Volume 2, and the winning economic operator's proof of solution plan as required by Section 5.5 of the ITT. If the winning economic operator fails to meet the proof of solution acceptance criteria and achieve all proof of solution milestones within its proof of solution plan within the (up to) 8 week proof of solution period, the Contracting Authority may terminate the contract in accordance with its terms and award a contract to the economic operator who achieved the next highest score (who will also then be subject to (up to ) an 8 week proof of solution phase). All tenders are to remain open for acceptance by the Contracting Authority and will not be withdrawn for a period of 6 months from the date fixed for return in order to facilitate the proof of solution phase.",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-04-26T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-04-26T12:01:00+01:00"
},
"bidOpening": {
"date": "2023-04-26T12:01:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "In accordance with the Public Contracts Regulations 2015 (S.I. 2015/102), Part 3. Please note that award decision notices (standstill letters) have been issued under Regulation 86 (and a Regulation 87 standstill period has been observed) following the completion of the ITT stage as referred to in V.2.1, thus creating a ranking list as described in II.2.14. This is the point at which the award decision was taken and at which the competitive procurement process concluded (but without prejudice to the proof of solution phase as described in II.2.14). No further standstill letters will be issued, and there will be no further standstill periods observed."
},
"parties": [
{
"id": "GB-FTS-14777",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "5 ENDEAVOUR SQUARE",
"locality": "LONDON",
"region": "UKI",
"postalCode": "E201JN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Tufail Ahmed",
"telephone": "+44 7521098225",
"email": "tufailahmed@tfl.gov.uk",
"url": "https://service.ariba.com/Supplier.aw"
},
"roles": [
"buyer"
],
"details": {
"url": "https://tfl.gov.uk",
"buyerProfile": "https://tfl.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Urban railway, tramway, trolleybus or bus services, and property developer and management company"
}
]
}
},
{
"id": "GB-FTS-6109",
"name": "HM Courts and Tribunal Service",
"identifier": {
"legalName": "HM Courts and Tribunal Service"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-2264",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London"
},
"address": {
"streetAddress": "5 Endeavour Square",
"locality": "London",
"postalCode": "E20 1JN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7521098225",
"email": "tufailahmed@tfl.gov.uk"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-COH-05577050",
"name": "Hildebrand Technology Limited",
"identifier": {
"legalName": "Hildebrand Technology Limited",
"id": "05577050",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "56 Conduit Street",
"locality": "London",
"region": "UKI",
"postalCode": "W1S 2YZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.hildebrand.co.uk/",
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-14777",
"name": "Transport for London"
},
"language": "en",
"description": "TfL have recently switched to a new sourcing and invoicing system, SAP Ariba, meaning that TfL's processes are now different to those that economic operators may be familiar with. The following instructions explain this new system and provide guidance on how interested parties will be able to communicate with TfL and access the tender through the new system. 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. If the problem persists please contact Ariba_Supplier_Enablement@tfl.gov.uk . 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 . 3. Upon completion of steps 1 and/or 2, interested parties must inform the TfL lead via email (tufailahmed@tfl.gov.uk) with the following details: - your single point of contact first name and surname; - your email address; - your position in the organisation; - your organisation name; and - your applicable vendor ID in order that the interested party can be invited to the event in SAP Ariba. You will then have unrestricted and full access to all available documents, free of charge through your dashboard when you login to SAP Ariba at https://service.ariba.com/Supplier.aw . Interested economic operators are to ensure that they accommodate sufficient time between requesting access to documents and tender receipt deadline. The Contracting Authority shall not be held responsible for any delay resulting in an economic operator's ability to prepare a satisfactory bid due to a late access request from interested economic operators. Furthermore, the Contracting Authority is under no obligation to accept any requests to extend the tender deadline. The contract (if any) resulting from this call for competition may be awarded by and may be for the benefit of TfL and/or any of its subsidiaries at any time. The Contracting Authority reserves the right to award the contract in whole or in part or not at all as a result of this call for competition. The Contracting Authority shall not be liable for any costs or expenses incurred by any bidders in responding to this notice or in tendering for the proposed contract.",
"awards": [
{
"id": "025425-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-05577050",
"name": "Hildebrand Technology Limited"
}
]
}
],
"contracts": [
{
"id": "025425-2023-1",
"awardID": "025425-2023-1",
"status": "active",
"value": {
"amount": 1499625,
"currency": "GBP"
},
"dateSigned": "2023-08-02T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}