Prior information notice
This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Ealing
226 6700 70
14-16 Uxbridge Road, London
London
W5 2HL
UK
Contact person: Christine Baker
Telephone: +44 2088255122
E-mail: bakerc@ealing.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.ealing.gov.uk
Address of the buyer profile: www.ealing.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://ealinglbc-atamis.my.site.com/login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ealinglbc-atamis.my.site.com/login
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
All Age Transport Dynamic Purchasing System
Reference number: CO141
II.1.2) Main CPV code
60170000
II.1.3) Type of contract
Services
II.1.4) Short description
The London Borough of Ealing (Contracting Authority) wishes to procure an All Age Transport DPS for a range of transport services. It is envisaged the DPS will commence in April 2024 for a term of five (5) years., with possibility of extension up to a further four (4) years<br/>Ealing faces multiple challenges in this area, including the need to standardise the quality of service across contractors, reduce the overall spend, and increase the efficiency of the services provided. Ealing is also committed to promoting a cleaner, greener borough and encouraging the use of low emission vehicles.<br/>As part of this service, Contractors are expected to operate a high-level service that caters for all the needs of the passengers and meets all current and future requirements of the contract, the Contracting Authority’s policy and procedures and all relevant legislation. They will need to be able to supply appropriate, responsible, client-focused staff for all passengers, especially those with challenging needs. Contractors will also need to demonstrate that they can manage and support their Staff’s professional conduct and ensure that they, as individuals, understand and meet the service standards. Contractor’s will need to ensure there are robust formalised processes in place to ensure improvement where necessary.<br/>We are looking for Contractor’s who will treat the Contracting Authority’s, schools, parents/carers and the passengers as valued customers. They should be open in their communication with the Contracting Authority at operational and management levels. The Contracting Authority expects to be promptly informed of service delays, accidents, issues or changes to the contract requirements. Contractor’s must also be able to effectively manage the performance of the contract at a strategic level, as well as analyse the current provision to ensure effective and innovative solutions. They will need to supply suitable vehicles dependent on the contract needs and there should also be strong contingency plans and arrangements in place to minimise interruptions in service due to unforeseen events.<br/>The Council is seeking to commission Transport services under the following 8 Lots via the DPS<br/><br/>Lot 1 - Car 3 rear seats<br/><br/>Lot 2 - MPV 5 - 6 rear seats<br/><br/>Lot 3 - Minibus 7-16 seats<br/><br/>Lot 4 - Coach 17-31 seats<br/><br/>Lot 5 - Coach 32<br/><br/>Lot 6 - Tail lift vehicles suitable for wheelchair/s + seated passengers<br/><br/>Lot 7 - Wheelchair Accessible Hackney Carriage<br/><br/>Lot 8 - Passenger Assistants (PAs)<br/><br/>Providers may apply for any combination of Lots. There is no limit on the number of providers who can be admitted. Additional providers can join the DPS during the term of the DPS, subject to their applications meeting the entry requirements. To access this opportunity please register your company on Atamis TM at https://ealinglbc-atamis.my.site.com/login and search for ref. CO141
II.1.5) Estimated total value
Value excluding VAT:
99 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Car 3 rear seats
II.2.2) Additional CPV code(s)
60170000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 - Car 3 rear seats
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 875 000.00
GBP
II.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:
Up to four years in any increment
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 - MPV 5 - 6 rear seats
II.2.2) Additional CPV code(s)
60170000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 - MPV 5 - 6 rear seats
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 875 000.00
GBP
II.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:
Up to four years in any increment
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Lot 3 - Minibus 7 -16 seats
II.2.2) Additional CPV code(s)
60170000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 - Minibus 7 -16 seats
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 875 000.00
GBP
II.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:
Up to four years in any increment
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Lot 4 - Coach 17-31 seats
II.2.2) Additional CPV code(s)
60170000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 - Coach 17-31 seats
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 875 000.00
GBP
II.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:
Up to four years in any increment
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Lot 5 - Coach 32 +
II.2.2) Additional CPV code(s)
60170000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 5 - Coach 32 +
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 875 000.00
GBP
II.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:
Up to four years in any increment
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Lot 6 - Tail lift vehicles suitable for wheelchair/s + seated passengers
II.2.2) Additional CPV code(s)
60170000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 6 - Tail lift vehicles suitable for wheelchair/s + seated passengers
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 875 000.00
GBP
II.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:
Up to four years in any increment
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Lot 7 - Wheelchair Accessible Hackney Carriage
II.2.2) Additional CPV code(s)
60170000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 7 - Wheelchair Accessible Hackney Carriage
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 875 000.00
GBP
II.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:
Up to four years in any increment
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8
II.2.1) Title
Lot 8 - Passenger Assistants (PAs)
II.2.2) Additional CPV code(s)
60170000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 8 - Passenger Assistants (PAs)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 875 000.00
GBP
II.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:
Up to four years in any increment
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
31/01/2024
Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.5) Scheduled date for start of award procedures
01/04/2024
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
London Borough of Ealing
14-16 Uxbridge Road, London
London
W5 2HL
UK
Internet address(es)
URL: www.ealing.gov.uk
VI.4.2) Body responsible for mediation procedures
London Borough of Ealing
14-16 Uxbridge Road, London
London
W5 2HL
UK
Internet address(es)
URL: www.ealing.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
London Borough of Ealing
14-16 Uxbridge Road, London
London
W5 2HL
UK
Internet address(es)
URL: www.ealing.gov.uk
VI.5) Date of dispatch of this notice
14/12/2023