Section one: Contracting entity
one.1) Name and addresses
Transport for London
5 Endeavour Square
LONDON
E20 1JN
Contact
Miss Alina Ladha
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Driver Quality Monitoring
Reference number
DN519316
two.1.2) Main CPV code
- 63000000 - Supporting and auxiliary transport services; travel agencies services
two.1.3) Type of contract
Services
two.1.4) Short description
TfL is undertaking an Early Market Engagement exercise via the publication of a Market Sounding Questionnaire (MSQ) to gauge interest in the marketplace for suppliers to participate in a tender for Drive Quality Monitoring.
TfL funds Driver Quality Monitoring (DQM) to ensure and promote safe bus driving through an independent, objective assessment of driving standards. The Crime and Disorder Act 2008 places a duty on all authorities to do all they reasonably can to prevent crime and disorder. The operation of DQM is believed to result in an increase in driving standards and driver behaviour therefore helping to satisfy TfL’s duty under the Crime and Disorder Act.
DQM involves assessors covertly boarding a bus while in service and scoring the driver’s performance in a comprehensive list of categories. The categories include braking, acceleration, steering, respect for traffic signals and a range of safety-related issues. DQM indicates any aspects of a driver’s behaviour which falls short of expectations; it also allows for the recognition of drivers who meet those expectations.
After each assessment, the assessor produces a report which is made available online for garage managers to discuss with the driver. TfL and the bus companies also use DQM to monitor trends by route, garage and operator across the network.
The current contract requires around 7,700 assessments to be carried out across 540 routes covering the services provided by 10 bus operator companies. Some of the assessments will be carried out at night, in early mornings or late evenings, and at weekends. The rota for assessors is based on bus routes, not on particular drivers.
The requirement is for one supplier to provide DQM across the London bus network. The successful supplier will be required to carry out assessments and provide a data management system and website to provide access to assessments and summary reports.
The specification from the previous DQM procurement is being shared to ensure suppliers can submit an informed response. TfL reserves the right to change any information in the specification prior to commencement of the procurement process.
The previous specification and the MSQ can be accessed via ProContract at the below URL, where interested suppliers should also register their interest. The MSQ will seek views on a number of aspects including performance management, risks and opportunities as well as gauging the general level of interest in this opportunity.
If you have any questions regarding this PIN please contact us via the portal.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34100000 - Motor vehicles
- 71700000 - Monitoring and control services
- 72224000 - Project management consultancy services
- 72225000 - System quality assurance assessment and review services
- 79310000 - Market research services
- 79311000 - Survey services
- 79342000 - Marketing services
- 79342310 - Customer survey services
- 79342311 - Customer satisfaction survey
- 80000000 - Education and training services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
TfL is undertaking an Early Market Engagement exercise via the publication of a Market Sounding Questionnaire (MSQ) to gauge interest in the marketplace for suppliers to participate in a tender for Drive Quality Monitoring.
TfL funds Driver Quality Monitoring (DQM) to ensure and promote safe bus driving through an independent, objective assessment of driving standards. The Crime and Disorder Act 2008 places a duty on all authorities to do all they reasonably can to prevent crime and disorder. The operation of DQM is believed to result in an increase in driving standards and driver behaviour therefore helping to satisfy TfL’s duty under the Crime and Disorder Act.
DQM involves assessors covertly boarding a bus while in service and scoring the driver’s performance in a comprehensive list of categories. The categories include braking, acceleration, steering, respect for traffic signals and a range of safety-related issues. DQM indicates any aspects of a driver’s behaviour which falls short of expectations; it also allows for the recognition of drivers who meet those expectations.
After each assessment, the assessor produces a report which is made available online for garage managers to discuss with the driver. TfL and the bus companies also use DQM to monitor trends by route, garage and operator across the network.
The current contract requires around 7,700 assessments to be carried out across 540 routes covering the services provided by 10 bus operator companies. Some of the assessments will be carried out at night, in early mornings or late evenings, and at weekends. The rota for assessors is based on bus routes, not on particular drivers.
The requirement is for one supplier to provide DQM across the London bus network. The successful supplier will be required to carry out assessments and provide a data management system and website to provide access to assessments and summary reports.
The specification from the previous DQM procurement is being shared to ensure suppliers can submit an informed response. TfL reserves the right to change any information in the specification prior to commencement of the procurement process.
The previous specification and the MSQ can be accessed via ProContract at the below URL, where interested suppliers should also register their interest. The MSQ will seek views on a number of aspects including performance management, risks and opportunities as well as gauging the general level of interest in this opportunity.
If you have any questions regarding this PIN please contact us via the portal.
two.3) Estimated date of publication of contract notice
3 September 2021
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of expressions of interest
Date
5 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English