Section one: Contracting authority/entity
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Michael Banahene
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of the vehicle licensing, inspection services and an end-to-end information technology system contract (RAM) to TPH
Reference number
2010/S 236-360601
two.1.2) Main CPV code
- 63712000 - Support services for road transport
two.1.3) Type of contract
Services
two.2) Description
two.2.2) Additional CPV code(s)
- 32427000 - Network system
- 71631200 - Technical automobile inspection services
- 72212170 - Compliance software development services
- 72222300 - Information technology services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement at the time of conclusion of the contract:
Following an OJEU compliant competitive tender, conducted under a competitive dialogue procedure, NSL Ltd were appointed to provide the licensing and inspection services and an end to end information technology system to the Public Carriage Office.
This service supports TfL's regulation and licensing of Taxi & Private Hire (TPH) in London.
The Contract commenced on 13/02/2012 and became operational on 28/02/2013 for an initial duration of 5 years and TfL exercised the option to extend for a further 5 years to 28 February 2023 (the "Contract")
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
108
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2012/S 071-117655
Section five. Award of contract/concession
Contract No
PRO1856
Title
The Provision of Vehicle Licensing and Inspection Services and an End to End Information Technology System to the Public Carriage Office
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
13 February 2012
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
NSL Limited
4th Floor Westgate house, Westgate
London
W5 1YY
Country
United Kingdom
NUTS code
- UKI - London
Justification for not providing organisation identifier
Not on any register
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £62,700,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Counrts of Justice London
London
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 63712000 - Support services for road transport
seven.1.2) Additional CPV code(s)
- 32427000 - Network system
- 71631200 - Technical automobile inspection services
- 72212170 - Compliance software development services
- 72222300 - Information technology services
seven.1.3) Place of performance
NUTS code
- UKI - London
seven.1.4) Description of the procurement:
The Purpose of the current contract is to provide vehicle licensing and inspection services and an end-to-end information technology system to TPH. The supplier for this service is NSL Limited. There is no change of scope to the current contract in which all existing services will remain unchanged but is an extension of time only for the current contract.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
End date
28 February 2025
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£91,116,229.63
seven.1.7) Name and address of the contractor/concessionaire
NSL Limited
4th Floor, Westgate House, Westgate
London
W5 1YY
Country
United Kingdom
NUTS code
- UKI - London
Justification for not providing organisation identifier
Not on any register
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The modification to which this notice relates is for an extension of time for a period of up to twelve months following the expiry of the Contract on 28 February 2024. This extension is to continue the provision of the current Taxi and Private Hire licensing system, ensuring continuity by Transport for London to meet its statutory obligations as a Licensing Authority. This is an extension of the time only for a period to allow time for the new system to go live.
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
The extension to the Contract has become necessary because the Replacement Contract is in its implementation phase and the new Technology System is not yet fully operational due to the complexities of the requirements. Given the Replacement Contract is already in place, re-procurement of an interim service provider would cause significant inconvenience and substantial duplication of costs for the Contracting Authority in respect of: 1) the costs of a another system for a short period of time, which would become redundant once the Replacement Contract becomes operational, and 2) the costs of additional resources that would be required, while substantial internal resources are already dedicated to ensuring the Replacement Contract is implemented as soon as possible.
Furthermore due to the technical design requirements there is significant and highly complex data migration requirements (including application of data transformation rules and data cleansing routines) for all current and historical system, operational and transactional records (circa 2 million records), related metadata, audit data, documents, images, call scripts, business processes into a fully operational, functional, fully tested, and a mapped target database and data model with integrated document and image storage. In addition, there will be Development, testing and the implementation of 25+ business critical system data interfaces (internal and external) and many of which require essential and extensive 3rd party engagement and collaboration over long periods of development, configuration and testing to ensure full functionality and full integration into service system. For these technical reasons a change in contractor cannot be made in an interim period and an additional re-procurement and implementation of a new interim system solution will be a minimum of 24 months.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £81,885,519.63
Total contract value after the modifications
Value excluding VAT: £9,116,229.63