Services - 129504-2019

20/03/2019    S56

United Kingdom-London: Hire of passenger transport vehicles with driver

2019/S 056-129504

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: London Borough of Haringey
Postal address: London Borough of Haringey, Central Procurement Team River Park House, 225 High Road, United Kingdom
Town: London
NUTS code: UKI43 Haringey and Islington
Postal code: N22 8HQ
Country: United Kingdom
Contact person: Supplier Engagement Team
E-mail: supplier.engagement@useadam.co.uk
Internet address(es):
Main address: https://www.haringey.gov.uk/
Address of the buyer profile: http://demand.sproc.net
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://demand.sproc.net
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.sproc.net
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Dynamic Purchasing System for the Provision of SEN School Transport and Other Passenger Transport Services

II.1.2)Main CPV code
60170000 Hire of passenger transport vehicles with driver
II.1.3)Type of contract
Services
II.1.4)Short description:

The London Borough of Haringey ("Haringey Council") is establishing a web-based Dynamic Purchasing System (DPS) to procure Passenger Transport Services. The DPS is open to any operator to join at any time, upon satisfying the selection criteria. More information is available at http://demand.sproc.net

The Council is seeking to procure the provision of transport services that are safe, secure and reliable for:

— transport of SEN children to and from school or other educational establishments, to respite/short break provision or to any other location where transport has been authorised by the Council,

— transport for school swimming,

— adult service transport,

— ad-hoc business use taxi service.

The service may also include general ad-hoc passenger transport services as required.

II.1.5)Estimated total value
Value excluding VAT: 42 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
60171000 Hire of passenger cars with driver
60172000 Hire of buses and coaches with driver
II.2.3)Place of performance
NUTS code: UKI43 Haringey and Islington
II.2.4)Description of the procurement:

Suppliers will accredit and enrol to the supply category of passenger transport services. The supply category is divided further into the following service categories:

— standard taxi and minicab (1 — 3 seats),

— standard MPV and people carrier (up to 5 seats),

— standard minibus (8 seats),

— standard minibus (12 — 16 seats),

— standard minicoach (19 — 24 seats),

— standard coach (32 + seats),

— standard coach (49 + seats),

— standard deregulated minibus,

— accessible taxi and minicab (1 — 3 seats),

— accessible MPV and people carrier (up to 5 seats),

— accessible minibus (8 seats),

— accessible minibus (12 — 16 seats),

— accessible minicoach (19 — 24 seats),

— accessible coach (32 + seats),

— accessible coach (49 + seats),

— accessible deregulated minibus,

— executive cars,

— coach escorts,

— travel buddies.

When applying to be admitted to the DPS, suppliers will be required to go through a selection process (accreditation and enrolment) which sets out the minimum entry standards required to join the DPS.

They will be invited to select which service categories they wish to provide services for. There is no limit on the number of service categories a supplier may choose.

The DPS is being set up for a period of 8 years. The estimated value of the services to be purchased for the entire duration of the DPS is purely indicative and cannot be guaranteed by Haringey Council.

The following authorities shall be permitted to award contracts under the DPS for the provision of services in their own geographical areas upon entering an access agreement with Haringey Council: London Borough of Barking and Dagenham, London Borough of Barnet, London Borough of Bexley, London Borough of Brent, London Borough of Bromley, London Borough of Camden, London Borough of Croydon, London Borough of Ealing, London Borough of Enfield, Royal Borough of Greenwich, London Borough of Hackney, London Borough of Hammersmith and Fulham, London Borough of Harrow, London Borough of Havering, London Borough of Hillingdon, London Borough of Hounslow, London Borough of Islington, Royal Borough of Kensington and Chelsea, Royal Borough of Kingston upon Thames, London Borough of Lambeth, City of London, London Borough of Lewisham, London Borough of Merton,

London Borough of Newham, London Borough of Redbridge, London Borough of Richmond upon Thames, London Borough of Southwark, London Borough of Sutton, London Borough of Tower Hamlets, London Borough of Waltham Forest, London Borough of Wandsworth, London Borough of Westminster; and any local authority in the following counties: Hertfordshire, Essex, Bedfordshire and Berkshire.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 42 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

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:

Selection criteria as stated in the procurement documents and any subsequently issued documentation available at http://demand.sproc.net

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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Selection criteria as stated in the procurement documents and any subsequently issued documentation available at http://demand.sproc.net

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 15/04/2027
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: London Borough of Haringey
Postal address: London Borough of Haringey, Central Procurement Team River Park House, 225 High Road, United Kingdom
Town: London
Postal code: N22 8HQ
Country: United Kingdom
Internet address: https://www.haringey.gov.uk/
VI.4.2)Body responsible for mediation procedures
Official name: London Borough of Haringey
Postal address: London Borough of Haringey, Central Procurement Team River Park House, 225 High Road, United Kingdom
Town: London
Postal code: N22 8HQ
Country: United Kingdom
Internet address: https://www.haringey.gov.uk/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Adam HTT Ltd
Postal address: The Pinnacle, 170 Midsummer Boulevard
Town: Milton Keynes
Postal code: MK9 1BP
Country: United Kingdom
E-mail: supplier.engagement@useadam.co.uk
Internet address: http://demand.sproc.net/
VI.5)Date of dispatch of this notice:
15/03/2019