UK Shared Business Services: STFC Hire of Taxi and Passenger Transport Framework Agreement

  UK Shared Business Services is using Delta eSourcing to run this tender exercise

Notice Summary
Title: STFC Hire of Taxi and Passenger Transport Framework Agreement
Notice type: Contract Notice
Authority: UK Shared Business Services
Nature of contract: Services
Procedure: Open
Short Description: UKRI (STFC) has a significant need for “bought in” taxi journeys for staff, users and visitors across all of its sites, Rutherford Appleton Laboratory, Oxfordshire (RAL), Daresbury, Cheshire (DL), Edinburgh (UKATC) and Swindon. Due to the high level of “User” visits to ISIS and CLF at the RAL Oxfordshire based site, that area has the highest volume requirement, approximately 5000 separate trips (although this number can vary widely depending, particularly, on the running days of the large facilities). Journeys range for local trips as low as 12miles up to longer trips, typically to airports, of 50 miles plus.
Published: 15/10/2019 16:30
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Swidon: Taxi services.
Section I: Contracting Authority
      I.1) Name and addresses
             United Kingdom Research and Innovation (UKRI)
             Polaris House, North Star Avenue, Swidon, SN2 1FL, United Kingdom
             Tel. +44 1793867005, Email: professionalservices@uksbs.co.uk
             Contact: Professional Services
             Main Address: www.ukri.org
             NUTS Code: UKK14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Swidon:-Taxi-services./YC32E92697
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/527629T2BQ to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: STFC Hire of Taxi and Passenger Transport Framework Agreement       
      Reference Number: CS19158
      II.1.2) Main CPV Code:
      60120000 - Taxi services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: UKRI (STFC) has a significant need for “bought in” taxi journeys for staff, users and visitors across all of its sites, Rutherford Appleton Laboratory, Oxfordshire (RAL), Daresbury, Cheshire (DL), Edinburgh (UKATC) and Swindon. Due to the high level of “User” visits to ISIS and CLF at the RAL Oxfordshire based site, that area has the highest volume requirement, approximately 5000 separate trips (although this number can vary widely depending, particularly, on the running days of the large facilities). Journeys range for local trips as low as 12miles up to longer trips, typically to airports, of 50 miles plus.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,608,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: RAL Area       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      60120000 - Taxi services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: STFC seeks to secure a sustainable and best value solution for providing safe and good standards of taxi and executive travel services for STFC business. We wish to secure quality suppliers to ensure reliable service delivery, using technology efficiently to enable Client end- user access where applicable, and which can reduce overall administrative burden in journey call off.
At the RAL Site, there is a retained driver function consisting of three drivers which provides goods and passenger services from the RAL site only. Normally passenger work is only allocated for VIP or Directors, and only if there is capacity as goods work is prioritised.
There is a need for executive travel to cater for Directors or VIPs, and this will need to be supplied by STFC’s successful suppliers.
This specification and level of service required should be thoroughly considered when Bidders provide their quality and pricing submissions in response to the required service levels and standards set out in this specification.
The general service requirements reflect local shorter-distance, as well as longer distance journey requirements, and is as follows:
• The service should be provided in a manner which is most economical, efficient and timely
• The Supplier will be available to accept the booking of services from 07:00 to 24:00 and appropriate vehicles and drivers will be available to undertake journeys 24 hours per day, 365 days per year
• Suppliers will provide a voice booking service 24 hours per day every day of the year. The voice booking service will, at a minimum, be supported by an operative, able to accept or decline a booking, between the hours of 07:00 to 24:00, thereafter a voicemail or similar will be available for an operative to pick up and respond to booking messages before 08:00 the following day
• Suppliers will provide an email based booking service to the same timeframes as voice detailed above so that Scheduled Bookings can be submitted
• Bookings will be provided by the STFC Customer’s Booking Administrators in two specific ways:
1. Scheduled Bookings – used by STFC whenever possible in order to give the maximum advance notice to the Supplier.
2. Immediate and imminent bookings – where pick-up from an STFC Area is required as soon as possible and the booking is made between 07:00 and 24:00. A maximum 40 minute Response Time is required.
Airport Travel
Suppliers are expected to have specialist knowledge of how to arrange their timing of arrival for airport pick ups to minimise unnecessary charged waiting time for taxi drivers and pick-up of STFC Travellers. Please note that STFC recognise the need for some waiting time on behalf of the taxi firm to ensure airport pick-ups work effectively and have included an airport parking and meeting cost which is incorporated into the pricing document.
Where pick-up is from an airport, the service will include:
• Parking, identification and greeting STFC Travellers from Arrival area, escorting to vehicle and loading bags into vehicle, or on drop off to assist with luggage
• Suppliers will use their knowledge and experience to monitor flight times to ensure timely pick-ups in accordance with the actual flight time.
Maximum number of suppliers for Lot 1: 4 suppliers
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,608,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 05/02/2020 / End: 04/02/2024       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is being let for an initial 3 year fixed term with the option to extend for one further year.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please log in to www.delta-esourcing.com and enter the following access code YC32E92697       
II.2) Description Lot No. 2
      
      II.2.1) Title: DL Area       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      60120000 - Taxi services.
      
      II.2.3) Place of performance:
      UKD61 Warrington
      
      II.2.4) Description of procurement: STFC seeks to secure a sustainable and best value solution for providing safe and good standards of taxi and executive travel services for STFC business. We wish to secure quality suppliers to ensure reliable service delivery, using technology efficiently to enable Client end- user access where applicable, and which can reduce overall administrative burden in journey call off.
There is need for executive travel to cater for Directors or VIPs, and this will need to be supplied by STFC’s successful suppliers.
This specification and level of service required should be thoroughly considered when Bidders provide their quality and pricing submissions in response to the required service levels and standards set out in this specification.
The general service requirements reflect local shorter-distance, as well as longer distance journey requirements, and is as follows:
• The service should be provided in a manner which is most economical, efficient and timely
• The Supplier will be available to accept the booking of services from 07:00 to 24:00 and appropriate vehicles and drivers will be available to undertake journeys 24 hours per day, 365 days per year
• Suppliers will provide a voice booking service 24 hours per day every day of the year. The voice booking service will, at a minimum, be supported by an operative, able to accept or decline a booking, between the hours of 07:00 to 24:00, thereafter a voicemail or similar will be available for an operative to pick up and respond to booking messages before 08:00 the following day
• Suppliers will provide an email based booking service to the same timeframes as voice detailed above so that Scheduled Bookings can be submitted
• Bookings will be provided by the STFC Customer’s Booking Administrators in two specific ways:
1. Scheduled Bookings – used by STFC whenever possible in order to give the maximum advance notice to the Supplier.
2. Immediate and imminent bookings – where pick-up from an STFC Area is required as soon as possible and the booking is made between 07:00 and 24:00. A maximum 40 minute Response Time is required.
Airport Travel
Suppliers are expected to have specialist knowledge of how to arrange their timing of arrival for airport pickups to minimise unnecessary charged waiting time for taxi drivers and pick-up of STFC Travellers. Please note that STFC recognise the need for some waiting time on behalf of the taxi firm to ensure airport pick-ups work effectively and have included an airport parking and meeting cost which is incorporated into the pricing document.
Where pick-up is from an airport, the service will include:
• Parking, identification and greeting STFC Travellers from Arrival area, escorting to vehicle and loading bags into vehicle, or on drop off to assist with luggage
• Suppliers will use their knowledge and experience to monitor flight times to ensure timely pick-ups in accordance with the actual flight time.
Maximum number of suppliers for Lot 2: 3 suppliers
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,608,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 05/02/2020 / End: 04/02/2024       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is being let for an initial 3 year fixed term with the option to extend for one further year.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please log in to www.delta-esourcing.com and enter the following access code S96V8A8J46       
II.2) Description Lot No. 3
      
      II.2.1) Title: UK ATC Area       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      60120000 - Taxi services.
      
      II.2.3) Place of performance:
      UKM75 Edinburgh, City of
      
      II.2.4) Description of procurement: STFC seeks to secure a sustainable and best value solution for providing safe and good standards of taxi and executive travel services for STFC business. We wish to secure quality suppliers to ensure reliable service delivery, using technology efficiently to enable Client end- user access where applicable, and which can reduce overall administrative burden in journey call off.
There is need for executive travel to cater for Directors or VIPs, and this will need to be supplied by STFC’s successful suppliers.
This specification and level of service required should be thoroughly considered when Bidders provide their quality and pricing submissions in response to the required service levels and standards set out in this specification.
The general service requirements reflect local shorter-distance, as well as longer distance journey requirements, and is as follows:
• The service should be provided in a manner which is most economical, efficient and timely
• The Supplier will be available to accept the booking of services from 07:00 to 24:00 and appropriate vehicles and drivers will be available to undertake journeys 24 hours per day, 365 days per year
• Suppliers will provide a voice booking service 24 hours per day every day of the year. The voice booking service will, at a minimum, be supported by an operative, able to accept or decline a booking, between the hours of 07:00 to 24:00, thereafter a voicemail or similar will be available for an operative to pick up and respond to booking messages before 08:00 the following day
• Suppliers will provide an email based booking service to the same timeframes as voice detailed above so that Scheduled Bookings can be submitted
• Bookings will be provided by the STFC Customer’s Booking Administrators in two specific ways:
1. Scheduled Bookings – used by STFC whenever possible in order to give the maximum advance notice to the Supplier.
2. Immediate and imminent bookings – where pick-up from an STFC Area is required as soon as possible and the booking is made between 07:00 and 24:00. A maximum 30 minute Response Time is required.
Airport Travel
Suppliers are expected to have specialist knowledge of how to arrange their timing of arrival for airport pickups to minimise unnecessary charged waiting time for taxi drivers and pick-up of STFC Travellers. Please note
that STFC recognise the need for some waiting time on behalf of the taxi firm to ensure airport pick-ups work effectively and have included an airport parking and meeting cost which is incorporated into the pricing document.
Where pick-up is from an airport, the service will include:
• Parking, identification and greeting STFC Travellers from Arrival area, escorting to vehicle and loading bags into vehicle, or on drop off to assist with luggage
• Suppliers will use their knowledge and experience to monitor flight times to ensure timely pick-ups in accordance with the actual flight time.
Maximum number of suppliers for Lot 3: 1 supplier
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,608,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 05/02/2020 / End: 04/02/2024       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is being let for an initial 3 year fixed term with the option to extend for one further year.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please log in to www.delta-esourcing.com and enter the following access code 2J87N896DX       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 8           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/11/2019 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 21/11/2019
         Time: 14:00
         Place:
         Electronic
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Swidon:-Taxi-services./YC32E92697

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/YC32E92697
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Shared Business Services Ltd
       Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Tel. +44 1793867005, Email: policy@uksbs.co.uk
       Internet address: www.uksbs.co.uk
   VI.4.2) Body responsible for mediation procedures:
             UK Shared Business Services Ltd
          Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
          Tel. +44 1793867005, Email: policy@uksbs.co.uk
          Internet address: www.uksbs.co.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          UK Shared Business Services Ltd
       Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Tel. +44 1793867005, Email: policy@uksbs.co.uk
       Internet address: www.uksbs.co.uk
   VI.5) Date Of Dispatch Of This Notice: 15/10/2019

Annex A


View any Notice Addenda

UK-Swidon: Taxi services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       United Kingdom Research and Innovation (UKRI)
       Polaris House, North Star Avenue, Swidon, SN2 1FL, United Kingdom
       Tel. +44 1793867005, Email: professionalservices@uksbs.co.uk
       Contact: Professional Services
       Main Address: www.ukri.org
       NUTS Code: UKK14

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: STFC Hire of Taxi and Passenger Transport Framework Agreement      Reference number: CS19158      
   II.1.2) Main CPV code:
      60120000 - Taxi services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: UKRI (STFC) has a significant need for “bought in” taxi journeys for staff, users and visitors across all of its sites, Rutherford Appleton Laboratory, Oxfordshire (RAL), Daresbury, Cheshire (DL), Edinburgh (UKATC) and Swindon. Due to the high level of “User” visits to ISIS and CLF at the RAL Oxfordshire based site, that area has the highest volume requirement, approximately 5000 separate trips (although this number can vary widely depending, particularly, on the running days of the large facilities). Journeys range for local trips as low as 12miles up to longer trips, typically to airports, of 50 miles plus.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 14/11/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 232809   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 17/10/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Amendment of the "Time limit for receipt of tenders or requests to participate"          
         Instead of:
         Date: 21/11/2019         
         Local Time: 14:00          
         Read:
         Date: 27/11/2019         
         Local Time: 13:00                   
      
      VII.1.2) Text to be corrected in original notice No: 2
                                    
         Section Number: IV.2.7          
         Place of text to be modified: Amendment of "Condition for opening of tenders"          
         Instead of:
         Date: 21/11/2019         
         Local Time: 14:00          
         Read:
         Date: 27/11/2019         
         Local Time: 14:00                   
   
VII.2) Other additional information: Submission deadline date changed.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Swidon:-Taxi-services./YC32E92697

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/YC32E92697


View Award Notice