Opportunity

Managed Service for the Supply of Staff for Special Needs Transport and Associated Services

  • Harrow Council

F02: Contract notice

Notice reference: 2021/S 000-024461

Published 1 October 2021, 2:25pm



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.3) Communication

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

https://londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://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

Managed Service for the Supply of Staff for Special Needs Transport and Associated Services

Reference number

DN559792

two.1.2) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Harrow (the “Authority”) is seeking to appoint a provider to deliver a Managed Service for the Supply of Staff for Special Needs Transport (SNT) and Associated Services.

The successful provider will directly provide and manage drivers and passenger assistants, including on-site supervision, staff attendance management, provision of replacement staff, and coordination on all matters relating to this provision of staff and service delivery.

The services include the transportation of service users to schools in the boroughs of Harrow and Brent, and adults to day centres and other activities.

This contract for the Managed Service for the Supply of Staff for Special Needs Transport and Associated Services is commissioned by the London Borough of Harrow on behalf of both Harrow and Brent Councils.

two.1.5) Estimated total value

Value excluding VAT: £27,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

The Authority is seeking to appoint a provider to deliver a Managed Service for the Supply of Staff for Special Needs Transport (SNT) and Associated Services.

The successful provider will directly provide and manage drivers and passenger assistants and manage key aspects of the service requirements for provision of driver and passenger assistants for the SNT Service based at the Harrow Central Depot. Harrow Council currently delivers passenger transport services for children and young people with Special Educational Needs as well as to vulnerable adults on behalf of Harrow and Brent Councils. The SNT service utilises a fleet of 162 minibuses provided by the Authority and operating from the Central Depot. There are approximately 350 staff covering both Harrow & Brent routes of which approximately 80 (35 drivers / 45 Passenger Assistants) are employed by the Authority. The remaining staff (approximately 270) are expected to be provided by the Service Provider. These will included both drivers and passenger assistants. These numbers will be subject to change during the term of the contract and are provided as an indication only.

The aim of the service is to ensure the provision of a safe, reliable and consistent service for those that are eligible, in accordance with the following guidelines:

• Safe: The safety of each service user is of over-riding importance

• Reliable: Service users must arrive at the right location and on time; and

• Consistent: Minimising variations of drivers and passenger assistants

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: £27,300,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The initial term of contract is 4 years with the option to extend for a further 3 years in periods at the discretion of the Authority

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.1.8) 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

12 November 2021

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 November 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