Opportunity

DRT Service West Warwick

  • Warwickshire County Council

F02: Contract notice

Notice reference: 2021/S 000-021025

Published 25 August 2021, 2:38pm



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall,Market Square

WARWICK

CV344RL

Contact

Samantha Priestley

Email

samanthapriestley@warwickshire.gov.uk

Telephone

+44 1926476791

Country

United Kingdom

NUTS code

UKG3 - West Midlands

Internet address(es)

Main address

www.warwickshire.gov.uk

one.3) Communication

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

http://www.csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.csw-jets.co.uk

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

DRT Service 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.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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
  • UKG3 - West Midlands

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

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

60

This contract is subject to renewal

Yes

Description of renewals

Subject to funding

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

4 + 1

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
  • UKG3 - West Midlands

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

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

60

This contract is subject to renewal

Yes

Description of renewals

subject to funding and requirement

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

4 +1

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
  • UKG3 - West Midlands
Main site or place of performance

Warwickshire

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

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

60

This contract is subject to renewal

Yes

Description of renewals

subject to funding

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

4+1


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.2.2) Time limit for receipt of tenders or requests to participate

Date

24 September 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

24 September 2021

Local time

12:01pm

Place

The local time is 12 noon


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.3) Additional information

Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process.

Providers must register with the system to be able to express an interest and download documents. The web address for CSWJETS is: www.csw-jets.co.uk

Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSWJETS correspondence function. If you are having trouble registering with CSWJETS please email us at: procurement@warwickshire.gov.uk

Providers must register on CSW-JETS and express an interest in this project in order to download tender documents and be able to correspond with us about this procurement.

The value stated within Section V: Award of Contract was the tendered price for the initial term of the Contract.

The estimated Contract value provided within this notice includes additional scope for any future funding streams that may become available during the life of the Contract. This value is provided for estimation purposes only and is subject to change. The value stated is an aspirational spend figure including for as yet unidentified funding streams.

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Strand

London

Country

United Kingdom