1/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S) Official name: Transport for London - Surface Transport National ID: Postal address: Palestra 197 Blackfriars Road London Town: London Postal code: SE1 8NJ Country: United Kingdom Contact point(s): www.eprocurement.tfl.gov.uk Telephone: For the attention of: Ben MacBean Email: benmacbean@tfl.gov.uk Fax: Internet address(es) (if applicable) General address of the contracting authority (URL): www.tfl.gov.uk Address of the buyer profile (URL): Electronic access to information (URL): Electronic submission of tenders and requests to participate (URL): Further information can be obtained at: As in above-mentioned contact point(s) Other: please complete Annex A.I Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s) Other: please complete Annex A.II Tenders or requests to participate must be sent to: As in above-mentioned contact point(s) Other: please complete Annex A.III I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES Ministry or any other national or federal authority, including their regional or local subdivisions National or federal agency/office Regional or local authority Regional or local agency/office Body governed by public law European institution/agency or international organisation Other (please specify): General public services Defence Public order and safety Environment Ecomic and financial affairs Health Housing and community amenities Social protection Recreation, culture and religion Education
2/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN I.4) Contract award on behalf of other contracting authorities Other (please specify): Transport The contracting authority is purchasing on behalf of other contracting authorities: (If, information on those contracting authorities can be provided in Annex A) SECTION II: OBJECT OF THE CONTRACT II.1) DESCRIPTION II.1.1) Title attributed to the contract by the contracting authority II.1.2) Type of contract and location of works, place of delivery or of performance (Choose one category only - works, supplies or services - which corresponds most to the specific object of your contract or purchase(s)) (a) Works (b) Supplies (c) Services Execution Design and execution Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities Purchase Lease Rental Hire purchase A combination of these Service category No 27 Please see Annex C3 for service categories Main site or location of works Main place of delivery Main place of performance NUTS code UKI II.1.3) The tice involves A public contract The establishment of a framework agreement The setting up of a dynamic purchasing system (DPS) II.1.3) Information on framework agreement (if applicable) Framework agreement with several operators Number OR, if applicable,maximum number of participants to the framework agreement envisaged 8 Framework agreement with a single operator Duration of the framework agreement: Duration in year(s): 4 or month(s): Justification for a framework agreement, the duration of which exceeds four years: Estimated total value of purchases for the entire duration of the framework agreement (if applicable; give figures only):
3/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN Estimated value excluding VAT: Currency: OR Range: between and Currency: Frequency and value of the contracts to be awarded: (if kwn): II.1.5) Short description of the contract or purchase(s) The Contracting Authority, Transport for London (TfL), on behalf of itself and others (as detailed in VI.3) is seeking to award a Framework of Concessionaires who will be responsible for financing, installing, operating and maintaining Fast and Rapid Charging points and related infrastructure for Electric Vehicles on identified sites in Greater London. Such infrastructure will include but is t limited to Charge Points, network and fault control systems, access systems and information systems, including the maintenance of such systems. The Charge Points may be called off by the awarding parties for installation in private and/or publicly accessible parking spaces which may include (but is t limited to) workplaces, stations, car parks and on-street parking provision. The Procurement Regulations do t apply to the opportunity being advertised and this is a voluntary tice. II.1.6) Common procurement vocabulary (CPV) Main vocabulary Supplementary vocabulary (if applicable) Main object 34144900 Additional object(s) 34100000 34110000 34120000 34130000 34140000 34300000 34900000 34920000 09000000 31110000 31200000 31680000 31600000 31610000 31681000 31230000 31682100 34144910 38554000 42992000 II.1.7) Contract covered by the Government Procurement Agreement (GPA) II.1.8) Division into lots (for information about lots, use Annex B as many times as there are lots)
4/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN If, tenders should be submitted for (tick one box only) one lot only one or more lots all lots II.1.9) Variants will be accepted II.2) QUANTITY OR SCOPE OF THE CONTRACT II.2.1) Total quantity or scope (including all lots and options, if applicable) The Contracting Authority is seeking to appoint a number of Concessionaires to a Framework who will, if successful in winning future Call Off contracts, finance, install, operate and maintain Fast and/or Rapid charging (22kW to 50kW) points at sites to be identified at the time of call-off by the relevant Contracting Authority across Greater London. The Framework agreement will be for a total duration of up to four years, it is anticipated to have an initial period of three (3) years with the option of a further year, but it is envisioned that the Call Off agreements will last up to ten years, dependent on the techlogy and financial requirements. This opportunity seeks to implement in whole or in part the Rapid charge scheme as referred to in the Mayor of London's Ultra Low Emission Vehicle Delivery Plan 2015 and the overall desire of the Contracting Authority is to encourage Rapid charging of Electric Vehicles. The Contracting Authority will provide the Concessionaire with access to sites (for an appropriate fee) that have suitable electric connection infrastructure to allow for the installation of the Fast and Rapid charging points. The Concessionaire will be expected to operate a commercially stable solution that allows for charging of Electric vehicles from a range of different customer types from Taxis, Private Hire vehicles, Commercial vehicles and privately owned vehicles without mandating the joining of a scheme or club (pay at point of use) and across a range of publically accessible and n publically accessible sites (e.g. including taxi ranks). Mini-competitions will be run with the Concessionaires on the Framework for a package of sites when the Contracting Authority considers that it has assembled sufficient sites for them to be ecomically viable. The packaging of the sites will be based on a model that the Contracting Authority will develop, during the tender stage to ensure that all strategically important sites will be established, which may mean that a package may contain a blend of sites. During mini-competitions, Concessionaires will be required to provide a tender submission for all sites within a package. Expressions of interest are sought from suitably experienced suppliers who can demonstrate the ability to finance, install, operate and maintain a commercial solution for Fast and/or Rapid charging points. To register your interest please contact benmacbean@tfl.gov.uk and complete the Pre-Qualification Questionnaire (PQQ) which can be obtained from www.tfl.gov.uk/eprocurement and searching for this opportunity, completed PQQ s must be uploaded onto www.tfl.gov.uk/ eprocurement by 12 on on 26 April 2016; in order to upload the completed PQQ you must be registered onto the eprocurement system. A briefing meeting will take place at TfL offices during the PQQ response period, date and details to be confirmed and will be provided once your expression of interest has been received. It is intended that this meeting will give an overview of the process that will be followed and the solution that is being tendered. If applicable, estimated value excluding VAT (give figures only): Currency: OR Range: between and Currency: II.2.2) Options (if applicable) If, description of these options: The Framework agreement is envisioned to be for three (3) years with an option to extend the contract for a period up to a further year. If kwn, provisional timetable for recourse to these options: in months: or days: (from the award of the contract)
5/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN II.2.3)Information about renewals (if applicable) This contract is subject to renewal Number of possible renewals (if any): or Range: between and If kwn, in the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: or days: (from the award of the contract) II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Duration in months: 48 or days: (from the award of the contract) OR Starting Completion (dd/mm/yyyy) (dd/mm/yyyy) SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1) Deposits and guarantees required (if applicable) A performance bond or parent company guarantee may be required III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them III.1.3) Legal form to be taken by the group of ecomic operators to whom the contract is to be awarded (if applicable) No specific legal form is required for bidding purposes but the Contracting Authority will require to contract with a legal entity. In the event of submission of an acceptable offer by a body relying on other entities ( a group ) or a consortium of bodies, each member of the group or consortium may be required to be jointly and severally responsible for the due performance of the contract and the Contracting Authority may require appointment of one of them as principal contractor or the creation of a legal entity to act as principal contractor (in each case to reflect the approach on which information is sought in the PQQ). III.1.4) Other particular conditions to which the performance of the contract is subject (if applicable) If, description of particular conditions III.2) CONDITIONS FOR PARTICIPATION III.2.1) Personal situation of ecomic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if requirements are met: III.2.2) Ecomic and financial capacity Information and formalities necessary for evaluating if requirements are met: Specific information shall be required and set out in the PQQ. Applicants should te that they will be required to supply copies of two years of their audited accounts. Minimum level(s) of standards possibly required (if applicable):
6/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN Services of an independent third party financial assessment agency may also be used. III.2.3) Technical capacity Information and formalities necessary for evaluating if requirements are met: Specific information and requirements will be detailed in the PQQ and Invitation to participate (ITP) documents. Minimum level(s) of standards possibly required (if applicable): III.2.4) Information about reserved contracts (if applicable) The contract is restricted to sheltered workshops The execution of the contract is restricted to the framework of sheltered employment programmes III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS III.3.1) Execution of the service is reserved to a particular profession If,reference to the relevant law, regulation or administrative provision: III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service SECTION IV: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1) Type of procedure Open Restricted Accelerated restricted Negotiated Justification for the choice of accelerated procedure: Candidates have already been selected If, provide names and addresses of ecomic operators already selected under Section VI.3) Additional information Accelerated negotiated Justification for the choice of accelerated procedure: Competitive dialogue IV.1.2) Limitations on the number of operators who will be invited to tender or to participate (restricted and negotiated procedures, competitive dialogue) Envisaged number of operators OR Envisaged minimum number 8 and, if applicable, maximum number
7/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN Objective criteria for choosing the limited number of candidates: 1) Financial stability and capacity appropriate to the contract. 2) Relevant experience and technical capability. IV.1.3) Reduction of the number of operators during the negotiation or dialogue (negotiated procedure, competitive dialogue) Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated IV.2) AWARD CRITERIA IV.2.1) Award criteria (please tick the relevant box(es)) OR Lowest price The most ecomically advantageous tender in terms of Criteria 1. 2. 3. 4. 5. the criteria stated below (the award criteria should be given with their weighting or in descending order of importance where weighting is t possible for demonstrable reasons) the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document Weighting Criteria 6. 7. 8. 9. 10. Weighting IV.2.2) An electronic auction will be used If, additional information about electronic auction (if appropriate) IV.3) ADMINISTRATIVE INFORMATION IV.3.1) File reference number attributed by the contracting authority (if applicable) tfl_scp_001290 IV.3.2) Previous publication(s) concerning the same contract If, Prior information tice Notice on a buyer profile Notice number in OJ: 2015/S 108-196194 of 02/06/2015 (dd/mm/yyyy) Other previous publications (if applicable) IV.3.3) Conditions for obtaining specifications and additional documents (except for a DPS) or descriptive document (in the case of a competitive dialogue) Time limit for receipt of requests for documents or for accessing documents Date: 26/04/2016 (dd/mm/yyyy) Time: 12:00
8/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN Payable documents If, price (give figures only): Terms and method of payment: Currency: IV.3.4) Time-limit for receipt of tenders or requests to participate Date: 26/04/2016 (dd/mm/yyyy) Time: 12:00 IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates (if kwn) (in the case of restricted and negotiated procedures, and competitive dialogue) Date: (dd/mm/yyyy) IV.3.6) Language(s) in which tenders or requests to participate may be drawn up Any EU official language Official EU language(s): ES CS DA DE ET EL EN FR IT LV LT HU MT NL PL PT SK SL FI SV BG GA RO Other: SECTION VI: COMPLEMENTARY INFORMATION VI.1) THIS IS A RECURRENT PROCUREMENT (if applicable) If, estimated timing for further tices to be published: VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS If, reference to project(s) and/or programme(s): VI.3) ADDITIONAL INFORMATION (if applicable) The procurement of the contract does t fall within the Procurement Regulations therefore, this is a voluntary contract tice. The Contracting Authority shall t by issuing the tice be deemed to accept the applicability of the Procurement Regulations r commit to complying with the Procurement Regulations or the process or requirements set out in the Procurement Regulations and the Procurement Regulations will t apply to this opportunity. The Contracting Authority is a complex organisation operating both as a Functional Body of the Greater London Authority (GLA) under the direction of the Mayor of London and as a provider of transport services. The framework or contracts resulting from the mini competitions under the framework may be awarded by and may be for the benefit of the Contracting Authority, any subsidiary, GLA functional bodies and any subsidiary and/or Public Bodies in the Greater London Area (as defined by the local authorities goods and services act 1970 and subsequent amendments)(see http://www.opsi.gov.uk/revisedstatutes/ Acts/ukpga/1970/cukpga_19700039_en_1). The Contracting Authority reserves the right to withdraw from the procurement process and may award a contract(s) in whole, in part, or t at all as a result of the competition called for by this tice. The Contracting Authority shall t be liable for any costs or expenses incurred by any Ecomic Operators in considering and/or responding to the procurement process. Due to the nature and scale of this requirement it is difficult to set a total value (specific or range) for this procurement therefore interested suppliers should consider the following: 1) To support the Ultra Low Emission Zone, the Ultra Low Emission Vehicle Delivery Plan aims to deliver a network of 150 rapid charge points across London by the end of 2018. 2) There will be a number of packages of sites with the first packages of sites being tendered and operational by the beginning of 2018. We are currently identifying sites and making them "oven ready" and be offered under a competitive mini competition.
9/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN 3) It is envisioned that if successful a further 150 charge points, giving a total of 300 charge points, may be installed in further locations across London by the end of 2020. 4) The locations are considered to be strategically important to support uptake of Zero Emission Capable vehicles and the Ultra Low Emission Zone. 5) The Concessionaires will be expected to pay a rental on the sites provided. All discussions and meetings will be conducted in English. Tenders and supporting documents must be priced in sterling and all payments made under the contract will be in sterling. The Contracting Authority and/or any subsidiary or the GLA may interview companies who express an interest for tendering for this procurement provided that they have passed the minimum thresholds in the PQQ and/or ITP stage, as applicable, as per the instructions found in these documents. If and when this requirement is offered to tender, it may be done in whole or in part via electronic means using the Internet. The Contracting Authority strongly encourages our suppliers and those companies interested in tendering for our contracts 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-andreports/procurement-information. Further details as to the application of the TfL Responsible Procurement Policy to this procurement will be set out in the tender documents. The UK government has anunced its commitment to greater data transparency. Accordingly the Contracting Authority reserves the right to publishing its tender documents, contracts and data from invoices received. In so doing the Contracting Authority 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 VI.4) PROCEDURES FOR APPEAL VI.4.1) Body responsible for appeal procedures Official name: Postal address: Town: Country: Email: Internet address (URL): National ID: Postal code: Telephone: Fax: Body responsible for mediation procedures (if applicable) Official name: Postal address: Town: Country: Email: Internet address (URL): National ID: Postal code: Telephone: Fax: VI.4.2) Lodging of appeals (please fill heading VI.4.2 OR if need be, heading VI.4.3) Precise information on deadline(s) for lodging appeals: TfL will incorporate a standstill period at the point information on the award of the Framework contract is communicated to tenderers. That tification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to lodge an appeal regarding the award decision before the contract is entered into. VI.4.3) Service from which information about the lodging of appeals may be obtained Official name: Postal address: Town: National ID: Postal code:
10/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN Country: Email: Internet address (URL): Telephone: Fax: VI.5) DATE OF DISPATCH OF THIS NOTICE: 24/03/2016 (dd/mm/yyyy) ANNEX A ADDITIONAL ADDRESSES AND CONTACT POINTS IV) ADDRESS OF THE OTHER CONTRACTING AUTHORITY ON BEHALF OF WHICH THE CONTRACTING AUTHORITY IS PURCHASING Official name: Public Bodies see Section VI.3 National ID: Postal address: Town: Country: Postal code: Annex C1 General procurement SERVICE CATEGORIES REFERRED TO IN SECTION II: OBJECT OF THE CONTRACT Directive 2004/18/EC Category No [1] Subject 1 Maintenance and repair services 2 Land transport services [2],including armoured car services, and courier services, except transport of mail 3 Air transport services of passengers and freight, except transport of mail 4 Transport of mail by land [3] and by air 5 Telecommunications services 6 Financial services:(a) Insurance services(b) Banking and investment services [4] 7 Computer and related services 8 Research and development services [5] 9 Accounting, auditing and bookkeeping services 10 Market research and public opinion polling services 11 Management consulting services [6] and related services 12 Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services 13 Advertising services 14 Building-cleaning services and property management services 15 Publishing and printing services on a fee or contract basis 16 Sewage and refuse disposal services; sanitation and similar services
11/ 11 TED19_TFL 24/03/2016- ID:2016-000048 Standard form 2 - EN Category No [7] Subject 17 Hotel and restaurant services 18 Rail transport services 19 Water transport services 20 Supporting and auxiliary transport services 21 Legal services 22 Personnel placement and supply services [8] 23 Investigation and security services, except armoured car services 24 Education and vocational education services 25 Health and social services 26 Recreational, cultural and sporting services [9] 27 Other services 1. Service categories within the meaning of Article 20 and Annex IIA to Directive 2004/18/EC 2. Except for rail transport services covered by category 18. 3. Except for rail transport services covered by category 18. 4. Except financial services in connection with the issue, sale, purchase or transfer of securities or other financial instruments, and central bank services. Also excluded: services involving the acquisition or rental, by whatever financial procedures, of land, existing buildings, or other immovable property or concerning rights thereon; nevertheless, financial services supplied at the same time as, before or after the contract of acquisition or rental, in whatever form, shall be subject to this Directive. 5. Except research and development services other than those where the benefits accrue exclusively to the contracting authority for its use in the conduct of its own affairs on condition that the service provided is wholly remunerated by the contracting authority. 6. Except arbitration and conciliation services 7. Service categories within the meaning of Article 21 and Annex IIB of Directive 2004/18/EC 8. Except employment contracts. 9. Except contracts for the acquisition, development, production or co-production of program material by broadcasters and contracts for broadcasting time.