Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Ticketless Travel Survey.

  • First published: 06 June 2015
  • Last modified: 06 June 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
DFT
Authority ID:
AA24029
Publication date:
06 June 2015
Deadline date:
07 July 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Thameslink Southern Great Northern (TSGN) franchise is operated by Govia Thameslink Railway Limited and will operate from 14.9.2014 to 19.9.2021.

Within this franchise, passenger revenue risk has been assumed by the DfT and all ticketing and fares revenue is paid to it. Because the franchisee does not take revenue risk, the Secretary of State (SoS) has a requirement to ensure that the franchisee is operating in the same way it would if it was taking revenue risk.

To ensure that passenger revenue is being maximised, the Franchise Agreement contains a requirement on the part of the SoS to undertake Ticketless Travel Surveys across the franchise. The Surveys are expected to be carried out quarterly with the first Survey to be completed before the 14.9.2015 and subsequent surveys starting in the quarter October — December 2015.

The level of ticketless travel across the lifetime of the franchise will be a key measure of operator performance. There are a number of committed obligations in support of a reduction in ticketless and fraudulent travel including making it easier to purchase a ticket, e.g. increased number of ticket vending machines, mobile ticketing and a higher compliment of revenue protection inspectors (RPI).

Benchmarks have been agreed between the franchisee and the SoS in support of a reduction in ticketless travel. To encourage the franchisee to meet and improve upon these benchmarks, financial incentives have been put in place. Should the franchisee not meet the benchmark target, it will be required to pay the SoS compensation for such failure.

A methodology has been agreed by both parties which the surveys, provided under this contract, must follow. Each survey should identify rates for ticketless travel and revenue at risk.

The Term of this contract is 3 years with the option to extend for a further 12 months to follow the end of the initial Term.

This Procurement is being run by Crown Commercial Service on behalf of DfT.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Department for Transport (DfT)

4th Floor, Great Minster House, 33 Horseferry Road

London

SW1P 4DR

UK


+44 3450103503

supplier@crowncommercial.gov.uk


http://www.gov.uk/ccs

https://gpsesourcing.cabinetoffice.gov.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
transport
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Ticketless Travel Survey.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

10

II.1.2)

Main site or location of works, place of delivery or performance

UK.



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Thameslink Southern Great Northern (TSGN) franchise is operated by Govia Thameslink Railway Limited and will operate from 14.9.2014 to 19.9.2021.

Within this franchise, passenger revenue risk has been assumed by the DfT and all ticketing and fares revenue is paid to it. Because the franchisee does not take revenue risk, the Secretary of State (SoS) has a requirement to ensure that the franchisee is operating in the same way it would if it was taking revenue risk.

To ensure that passenger revenue is being maximised, the Franchise Agreement contains a requirement on the part of the SoS to undertake Ticketless Travel Surveys across the franchise. The Surveys are expected to be carried out quarterly with the first Survey to be completed before the 14.9.2015 and subsequent surveys starting in the quarter October — December 2015.

The level of ticketless travel across the lifetime of the franchise will be a key measure of operator performance. There are a number of committed obligations in support of a reduction in ticketless and fraudulent travel including making it easier to purchase a ticket, e.g. increased number of ticket vending machines, mobile ticketing and a higher compliment of revenue protection inspectors (RPI).

Benchmarks have been agreed between the franchisee and the SoS in support of a reduction in ticketless travel. To encourage the franchisee to meet and improve upon these benchmarks, financial incentives have been put in place. Should the franchisee not meet the benchmark target, it will be required to pay the SoS compensation for such failure.

A methodology has been agreed by both parties which the surveys, provided under this contract, must follow. Each survey should identify rates for ticketless travel and revenue at risk.

The Term of this contract is 3 years with the option to extend for a further 12 months to follow the end of the initial Term.

This Procurement is being run by Crown Commercial Service on behalf of DfT.

II.1.6)

Common Procurement Vocabulary (CPV)

79300000
79310000
79311000
79311200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

1 820 0001 950 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

48

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be [required by Crown Commercial Service] [proposed by participants] if considered appropriate.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Candidates will be assessed in accordance with the Public Contracts Regulations 2015 on the basis of information provided in response to an Invitation to Tender (‘ITT’).

This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.

If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing expressionofinterest@ccs.gsi.gov.uk.

Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.

As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.

For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk email: eenablement@ccs.gsi.gov.uk

Responses must be published by the date in IV.3.4.

III.2.2)

Economic and financial capacity


Candidates will be assessed in accordance with the Public Contracts Regulations 2015, on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

The Contracting Authority may take into account any of the following information:

(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;

(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;

(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.




III.2.3)

Technical capacity


Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2015 on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

The Contracting Authority may have regard to any of the following means in its assessment:

a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;

(c) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;

(d) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;

(e) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;

(f) an indication of the proportion of the contract which the services provider intends possibly to subcontract.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

RM3752

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2015/S 91-163735 12-05-2015

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 07-07-2015  13:59

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 07-07-2015  14:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 7-7-2015  14:00
Electronically, via web-based portal.

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Potential suppliers should note that, in accordance with the UK Government's policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:

https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance

The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.

The duration referenced in Section II.1.4 is for the placing of orders.

The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.

Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):

‘A list of customers eligible to use the contract / framework should be listed in this section. A full list of potential customers can be found here (http://rlbvs08/governance/OpsManual/Procurement%20Capability/Procurement%20v3/Sourcing/Level%203/Procurement%20Doc%20Templates/OJEU/OJEU%20Customer%20List.docx); however, this list must be tailored according to the needs of the particular contract / framework. If you have any queries regarding this process please contact the CCS Sourcing Policy Team.’

From 2.4.2014 the Government is introducing its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the https://www.gov.uk website provides information on the new GSC:

https://www.gov.uk/government/publications/government-security-classifications

Please refer to the Initiation to Tender document for the CCS complaints procedure.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 01-06-2015

Coding

Commodity categories

ID Title Parent category
79300000 Market and economic research; polling and statistics Business services: law, marketing, consulting, recruitment, printing and security
79310000 Market research services Market and economic research; polling and statistics
79311200 Survey conduction services Survey services
79311000 Survey services Market research services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.