Opportunity

Hired Passenger Transport Framework

  • Harrow Council

F02: Contract notice

Notice reference: 2021/S 000-011107

Published 19 May 2021, 4:22pm



Section one: Contracting authority

one.1) Name and addresses

Harrow Council

Civic Centre

Harrow

HA1 2XY

Contact

Ms Carol Barlow

Email

carol.barlow@harrow.gov.uk

Telephone

+44 7825414363

Country

United Kingdom

NUTS code

UKI7 - Outer London – West and North West

Internet address(es)

Main address

http://www.harrow.gov.uk

Buyer's address

http://www.harrow.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.londontenders.org

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

Hired Passenger Transport Framework

Reference number

DN538988

two.1.2) Main CPV code

  • 60170000 - Hire of passenger transport vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

This framework will be for the provision of Hired Passenger Transport and ad hoc transport services for vulnerable children and adults for a period of four (4) years.

The framework is commissioned by the London Borough of Harrow (hereinafter referred to as the ‘Authority’ ), The Authority will use this framework to provide services for itself and the London Borough of Brent. During the term of the framework the London Borough of Brent may also access and call-off the framework directly.

The aim is to improve the lives of vulnerable children, young people, and adults, including those with additional needs, and their carers, by providing a safe, secure, sensitive, and reliable transport service for users. The needs of the child or adult are a key factor in the provision of the service to ensure that Service Users (hereinafter referred to as 'Service Users') receive personalised and quality assured transport services that respond flexibly to their needs.

The Service Provider(s) will deliver the service using a range of vehicles including cars, people-carriers, wheelchair-accessible vehicles, minibuses, coaches, and car derived vans.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The services include the:

• transportation of Service Users from home to school, college, nurseries, and other

destinations;

• transportation of vulnerable children and adults from home to various establishments;

• short breaks and transportation of goods (including school meals) as required by the

Authority.

Most schools and day centres are situated within the London Boroughs of Harrow and Brent but there are a number that are out of Borough destinations. The Service Provider(s) is responsible for the provision of the vehicles, drivers, and passenger assistants, where required, in providing these services.

The services will be provided to meet the needs of:

• Vulnerable children and young people with Special Educational Needs (SEN) who are

assessed as requiring travel assistance;

• Vulnerable adults who are assessed as requiring travel assistance;

• Families and Service Users, who may have specific medical or physical needs and require

assisted travel;

• Service Users requiring secure transport to and from court and secure facilities and

establishments.

• Non-SEN and Social Care Service Users to schools or other destinations;

• The Authority’s staff or other authorised individuals and groups travelling in the course of

their duties;

The Authority may have other transport requirements including, but not limited to, the delivery of goods (including school meals) to various locations and facilities and undertake secure courier services using vans and/or other suitable vehicles.

Most Service Users require Passenger Assistants during transportation to provide additional support and administer medication, where required. The Authority will provide trained staff for some routes but mostly will require the Service Providers to provide suitable trained Passenger Assistants to meet additional requirements.

The Service Provider(s) is required to undertake scheduled journeys on a daily (morning and afternoon), weekends, weekly, termly, or other basis, as required by the Authority. These journeys will normally involve a single trip (from pick-up to destination(s) for one or more Service Users.

Secure Transport is a bespoke on-demand service, primarily requested through the Harrow and Brent Transport Hub at the request of the Authority. Where required, the Authority or the Service Providers will provide suitably trained specialist Passenger Assistants to manage the safe transfer of services users to/from court or to a secure facility.

The Authority intends to appoint up to 20 Service Providers to the framework.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

Envisaged maximum number of participants to the framework agreement: 20

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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 tenders or requests to participate

Date

1 June 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

1 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Harrow Council

Harrow

HA1 2XY

Country

United Kingdom