Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
Contact
Samantha Priestley
samanthapriestley@warwickshire.gov.uk
Telephone
+44 1926476791
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
Internet address(es)
Main address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
WCC DRT West Warwick
Reference number
WCC-12164
two.1.2) Main CPV code
- 60130000 - Special-purpose road passenger-transport services
- FG01 - For access
- MA07 - For motor vehicles
- RC04 - In communication technology
two.1.3) Type of contract
Services
two.1.4) Short description
Warwickshire County Council (the Council) is seeking a Demand Responsive
Transport (DRT) scheme into the West Warwick area capable of being booked via a
mobile or tablet-based application and Call Centre. With support from Department
for Transport (DfT) funding in addition to a County Council budget, we will remove
an existing timetabled bus service and replace it with a DRT scheme that will also
cover a wider geographical area. The aim is to provide a high specification service via
an app that customers can book to travel to local centres and services. In line with
DfT funding requirements, we expect to launch the service on the 10th of January
2022.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £600,000
two.2) Description
two.2.1) Title
Mobile Application
Lot No
1
two.2.2) Additional CPV code(s)
- 72212000 - Programming services of application software
- 72230000 - Custom software development services
- 72250000 - System and support services
- 72260000 - Software-related services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Mobile and tablet-based applications are required for prospective and regular
passengers to make journey bookings, set up accounts, manage payments and track
vehicles in real time; for vehicle drivers to receive bookings and manage customer
journeys; and for the Call Centre to make bookings via a suitable portal on behalf of
prospective and regular passengers who are unable to use mobile or tablet devices.
An option for vehicle operators and WCC to oversee bookings and journeys must be
available.
two.2.5) Award criteria
Quality criterion - Name: App downtime / Weighting: 2
Quality criterion - Name: Payments / Weighting: 4
Quality criterion - Name: Discounted and free rides / Weighting: 16
Quality criterion - Name: Social Value / Weighting: 2
Quality criterion - Name: Reporting / Weighting: 4
Quality criterion - Name: Expansion / Weighting: 10
Quality criterion - Name: Customer feedback / Weighting: 2
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the contract will be 4 years but the Council reserves the right to extend the contract by up to a maximum 12 month period
two.2) Description
two.2.1) Title
Call centre
Lot No
2
two.2.2) Additional CPV code(s)
- 79342300 - Customer services
- 79500000 - Office-support services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
The Call Centre is to take telephone calls from customers who need to make a
booking and who can't use, or have access to, an App. They need to collect payment
(where applicable) for rides, manually through Desktop App/Website, or arrange
journeys for those in receipt of a valid ENCTS pass.
two.2.5) Award criteria
Quality criterion - Name: Customer booking management / Weighting: 22.4
Quality criterion - Name: Operating hours / Weighting: 4
Quality criterion - Name: Staff training / Weighting: 6
Quality criterion - Name: Social value / Weighting: 2
Quality criterion - Name: Call statistics / Weighting: 5.6
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the contract will be 4 years but the Council reserves the right to extend the contract by up to a maximum 12 months additional period
two.2) Description
two.2.1) Title
Vehicles and Operations
Lot No
3
two.2.2) Additional CPV code(s)
- 34144000 - Special-purpose motor vehicles
- 60112000 - Public road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
4 vehicles are required and are to be supplied by the operator of Lot 3. 3 in service
each day and 1 spare vehicle.
All vehicles a maximum age of 1 year old at the start of the contract, minibus size
with a minimum of 12 seats & 1 wheelchair space and should be low floor accessible.
The minimum engine emission standard is Euro 6. Wheelchair access is to be by
ramp, not a lift. Air Conditioning, WIFI, CCTV and Passenger USB device charging
points are preferable. Vehicle details must be provided by potential supplier.
Vehicles must be of a size to access all roads within the designated geographical
area
two.2.5) Award criteria
Quality criterion - Name: Vehicle spec and availability / Weighting: 19.6
Quality criterion - Name: Operating centre and night-time parking / Weighting: 4
Quality criterion - Name: Spare vehicle / Weighting: 4
Quality criterion - Name: social value / Weighting: 2
Quality criterion - Name: Operating hours / Weighting: 4
Quality criterion - Name: Drivers / Weighting: 6.4
Price - Weighting: 60%
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the contract will be 4 years but the Council reserves the right to extend the contract by up to a maximum 12 months additional period
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-021025
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 January 2022
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Liftango ltd
Westminster
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £59,000
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 January 2022
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Liftango Ltd
Westminster
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £67,000
Section five. Award of contract
Lot No
3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 December 2021
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Midland Red (South) Ltd. t/a Stagecoach Midlands
Stockport
Country
United Kingdom
NUTS code
- UKC - North East (England)
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £520,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
The Strand
London
Country
United Kingdom