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
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
- 71600000 - Technical testing, analysis and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
TfL is currently looking for one Service Provider to supply Driver Quality Monitoring (DQM) Services across the London bus network.
DQM is conducted through the covert assessment of bus drivers while in service. Assessors undertake around 7,700 assessments per year and score drivers against 23 categories. A report is produced for each assessment which consists of a score between 1 and 4 for each category and a small commentary. Assessments will be conducted using a web based or mobile application on a handheld device which will transmit the data to a database management system. Information held on the database will be accessible by bus operators and TfL. The data is used to monitor driver performance, inform areas of improvement and produce bus operator performance tables.
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.
The initial Contract term will be three (3) years with an option, exercisable at TfL’s sole discretion, to extend the duration of the Contract for a further period or periods up to a total of two (2) years.
If you have any questions please contact us via the ProContract 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
- 34900000 - Miscellaneous transport equipment and spare parts
- 71000000 - Architectural, construction, engineering and inspection services
- 72224000 - Project management consultancy services
- 79340000 - Advertising and marketing services
- 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 currently looking for one Service Provider to supply Driver Quality Monitoring (DQM) Services across the London bus network.
DQM is conducted through the covert assessment of bus drivers while in service. Assessors undertake around 7,700 assessments per year and score drivers against 23 categories. A report is produced for each assessment which consists of a score between 1 and 4 for each category and a small commentary. Assessments will be conducted using a web based or mobile application on a handheld device which will transmit the data to a database management system. Information held on the database will be accessible by bus operators and TfL. The data is used to monitor driver performance, inform areas of improvement and produce bus operator performance tables.
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.
The initial Contract term will be three (3) years with an option, exercisable at TfL’s sole discretion, to extend the duration of the Contract for a further period or periods up to a total of two (2) years.
If you have any questions please contact us via the ProContract portal.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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: Yes
Description of options
The initial Contract term will be three (3) years with an option, exercisable at TfL’s sole discretion, to extend the duration of the Contract for a further period or periods up to a total of two (2) years.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
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
27 August 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Transport for London
5 Endeavour Square
London
E20 1JN
Country
United Kingdom