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

Dynamic Purchasing System for the Provision of SEN School Transport and Other Passenger Transport Se

  • First published: 21 March 2019
  • Last modified: 21 March 2019

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:
London Borough of Haringey
Authority ID:
AA45155
Publication date:
21 March 2019
Deadline date:
15 April 2027
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Suppliers will accredit and enrol to the supply category of passenger transport services. The supply category is divided further into the following service categories:

— standard taxi and minicab (1 — 3 seats),

— standard MPV and people carrier (up to 5 seats),

— standard minibus (8 seats),

— standard minibus (12 — 16 seats),

— standard minicoach (19 — 24 seats),

— standard coach (32 + seats),

— standard coach (49 + seats),

— standard deregulated minibus,

— accessible taxi and minicab (1 — 3 seats),

— accessible MPV and people carrier (up to 5 seats),

— accessible minibus (8 seats),

— accessible minibus (12 — 16 seats),

— accessible minicoach (19 — 24 seats),

— accessible coach (32 + seats),

— accessible coach (49 + seats),

— accessible deregulated minibus,

— executive cars,

— coach escorts,

— travel buddies.

When applying to be admitted to the DPS, suppliers will be required to go through a selection process (accreditation and enrolment) which sets out the minimum entry standards required to join the DPS.

They will be invited to select which service categories they wish to provide services for. There is no limit on the number of service categories a supplier may choose.

The DPS is being set up for a period of 8 years. The estimated value of the services to be purchased for the entire duration of the DPS is purely indicative and cannot be guaranteed by Haringey Council.

The following authorities shall be permitted to award contracts under the DPS for the provision of services in their own geographical areas upon entering an access agreement with Haringey Council: London Borough of Barking and Dagenham, London Borough of Barnet, London Borough of Bexley, London Borough of Brent, London Borough of Bromley, London Borough of Camden, London Borough of Croydon, London Borough of Ealing, London Borough of Enfield, Royal Borough of Greenwich, London Borough of Hackney, London Borough of Hammersmith and Fulham, London Borough of Harrow, London Borough of Havering, London Borough of Hillingdon, London Borough of Hounslow, London Borough of Islington, Royal Borough of Kensington and Chelsea, Royal Borough of Kingston upon Thames, London Borough of Lambeth, City of London, London Borough of Lewisham, London Borough of Merton,

London Borough of Newham, London Borough of Redbridge, London Borough of Richmond upon Thames, London Borough of Southwark, London Borough of Sutton, London Borough of Tower Hamlets, London Borough of Waltham Forest, London Borough of Wandsworth, London Borough of Westminster; and any local authority in the following counties: Hertfordshire, Essex, Bedfordshire and Berkshire.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Haringey

London Borough of Haringey, Central Procurement Team River Park House, 225 High Road, United Kingdom

London

N22 8HQ

UK

Contact person: Supplier Engagement Team

E-mail: supplier.engagement@useadam.co.uk

NUTS: UKI43

Internet address(es)

Main address: https://www.haringey.gov.uk/

Address of the buyer profile: http://demand.sproc.net

I.3) Communication

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

http://demand.sproc.net


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sproc.net


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

Dynamic Purchasing System for the Provision of SEN School Transport and Other Passenger Transport Services

II.1.2) Main CPV code

60170000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The London Borough of Haringey ("Haringey Council") is establishing a web-based Dynamic Purchasing System (DPS) to procure Passenger Transport Services. The DPS is open to any operator to join at any time, upon satisfying the selection criteria. More information is available at http://demand.sproc.net

The Council is seeking to procure the provision of transport services that are safe, secure and reliable for:

— transport of SEN children to and from school or other educational establishments, to respite/short break provision or to any other location where transport has been authorised by the Council,

— transport for school swimming,

— adult service transport,

— ad-hoc business use taxi service.

The service may also include general ad-hoc passenger transport services as required.

II.1.5) Estimated total value

Value excluding VAT: 42 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

60171000

60172000

II.2.3) Place of performance

NUTS code:

UKI43

II.2.4) Description of the procurement

Suppliers will accredit and enrol to the supply category of passenger transport services. The supply category is divided further into the following service categories:

— standard taxi and minicab (1 — 3 seats),

— standard MPV and people carrier (up to 5 seats),

— standard minibus (8 seats),

— standard minibus (12 — 16 seats),

— standard minicoach (19 — 24 seats),

— standard coach (32 + seats),

— standard coach (49 + seats),

— standard deregulated minibus,

— accessible taxi and minicab (1 — 3 seats),

— accessible MPV and people carrier (up to 5 seats),

— accessible minibus (8 seats),

— accessible minibus (12 — 16 seats),

— accessible minicoach (19 — 24 seats),

— accessible coach (32 + seats),

— accessible coach (49 + seats),

— accessible deregulated minibus,

— executive cars,

— coach escorts,

— travel buddies.

When applying to be admitted to the DPS, suppliers will be required to go through a selection process (accreditation and enrolment) which sets out the minimum entry standards required to join the DPS.

They will be invited to select which service categories they wish to provide services for. There is no limit on the number of service categories a supplier may choose.

The DPS is being set up for a period of 8 years. The estimated value of the services to be purchased for the entire duration of the DPS is purely indicative and cannot be guaranteed by Haringey Council.

The following authorities shall be permitted to award contracts under the DPS for the provision of services in their own geographical areas upon entering an access agreement with Haringey Council: London Borough of Barking and Dagenham, London Borough of Barnet, London Borough of Bexley, London Borough of Brent, London Borough of Bromley, London Borough of Camden, London Borough of Croydon, London Borough of Ealing, London Borough of Enfield, Royal Borough of Greenwich, London Borough of Hackney, London Borough of Hammersmith and Fulham, London Borough of Harrow, London Borough of Havering, London Borough of Hillingdon, London Borough of Hounslow, London Borough of Islington, Royal Borough of Kensington and Chelsea, Royal Borough of Kingston upon Thames, London Borough of Lambeth, City of London, London Borough of Lewisham, London Borough of Merton,

London Borough of Newham, London Borough of Redbridge, London Borough of Richmond upon Thames, London Borough of Southwark, London Borough of Sutton, London Borough of Tower Hamlets, London Borough of Waltham Forest, London Borough of Wandsworth, London Borough of Westminster; and any local authority in the following counties: Hertfordshire, Essex, Bedfordshire and Berkshire.

II.2.5) Award criteria

Criteria below:

Price

II.2.6) Estimated value

Value excluding VAT: 42 000 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection criteria as stated in the procurement documents and any subsequently issued documentation available at http://demand.sproc.net

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

III.2.2) Contract performance conditions

Selection criteria as stated in the procurement documents and any subsequently issued documentation available at http://demand.sproc.net

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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 tenders or requests to participate

Date: 15/04/2027

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

EN

IV.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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

London Borough of Haringey

London Borough of Haringey, Central Procurement Team River Park House, 225 High Road, United Kingdom

London

N22 8HQ

UK

Internet address(es)

URL: https://www.haringey.gov.uk/

VI.4.2) Body responsible for mediation procedures

London Borough of Haringey

London Borough of Haringey, Central Procurement Team River Park House, 225 High Road, United Kingdom

London

N22 8HQ

UK

Internet address(es)

URL: https://www.haringey.gov.uk/

VI.4.4) Service from which information about the review procedure may be obtained

Adam HTT Ltd

The Pinnacle, 170 Midsummer Boulevard

Milton Keynes

MK9 1BP

UK

E-mail: supplier.engagement@useadam.co.uk

Internet address(es)

URL: http://demand.sproc.net/

VI.5) Date of dispatch of this notice

15/03/2019

Coding

Commodity categories

ID Title Parent category
60172000 Hire of buses and coaches with driver Hire of passenger transport vehicles with driver
60171000 Hire of passenger cars with driver Hire of passenger transport vehicles with driver
60170000 Hire of passenger transport vehicles with driver Road transport 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.engagement@useadam.co.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.