Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 2

Status Active

Published 31st Oct 2024

Tender Details
Referenceocds-h6vhtk-04b314
Common Procurement VocabularyRepair and maintenance services of furniture
Procurement MethodCompetitive procedure with negotiation
Value£19,500,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 2

Status Active

Published 31st Oct 2024

Tender Details
Referenceocds-h6vhtk-04b314
Common Procurement VocabularyRepair and maintenance services of furniture
Procurement MethodCompetitive procedure with negotiation
Value£19,500,000

Section I: Contracting authority

I.1) Name and addresses

Transport for London

5 Endeavour Square

LONDON

E201JN

Contact

Antonio Loureiro Pinheiro

Email

antoniopinheiro [at] tfl.gov.uk

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://tfl.gov.uk

I.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

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Urban railway, tramway, trolleybus or bus service


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Pan TfL Office Furniture, Equipment and other materials Relocation, Installation, Remedial and Storage services

Reference number

WS1904565651

II.1.2) Main CPV code

  • 50850000 - Repair and maintenance services of furniture

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: £19,500,000

II.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

II.2) Description

II.2.1) Title

Office Relocations, Installations, Remedial and Storage Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 50850000 - Repair and maintenance services of furniture
  • 51620000 - Installation services of office equipment
  • 63120000 - Storage and warehousing services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £12,800,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Long-Term storage managed services

Lot No

2

II.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £6,700,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.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.

IV.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

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

2 December 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

HM High Courts and Tribunal Service

London

WC2A 2LL

Country

United Kingdom