Notice Information
Notice Title
Electric Scooters (E-Scooters) Rental Trial 2 in London
Notice Description
On 9 May 2020, the Department for Transport ("DfT") announced its intention to start trials of rental electric-scooters ("e-scooters") to help support cities across the United Kingdom as part of its restart and recovery response following the Coronavirus-induced lockdown, with the DfT demonstrating a preference for coordination of trials at a local level. Further to this, Transport for London ("TfL") worked with London Councils as representative for the 32 London boroughs and the City of London Corporation (together, the "Boroughs") to procure operators of rental e-scooters ("Operators") for a trial of e-scooters in London ("Trial"). The first phase of this Trial has been in place in London since 7 June 2021. On 28 June 2022, the DfT authorised relevant authorities to allow e-scooter trials to continue from November 2022 to the end of May 2024. This current opportunity relates to the procurement of Operator(s) of rental e-scooters for a second phase of the Trial in London, currently planned to commence by Autumn 2023 for an initial term of up to 24 months. The Trial term may at TfL's discretion be extended by up to 12 months. The second phase of the Trial may therefore run beyond May 2024 (when DfT currently envisages e-scooter trials ending) and as a result be subject to any new legislation that may be passed by Parliament. As with the first phase of the Trial, in the second phase TfL will lead the procurement of Operators, and the administration and co-ordination of e-scooter Trial operations. Potentially some or all of the Boroughs that are currently participating in the Trial will continue to do so in the second phase, and it is anticipated that more Boroughs in Greater London may join the Trial. By coordinating efforts, TfL and the Boroughs can continue to: * ensure a consistent and safe standard for e-scooters across London; * provide an evidence base for TfL and individual Boroughs' policy positions on e-scooters; * offer the only legal way to ride an e-scooter in public in London, with a central focus on safety; * remain an active participant in the government's trials, enabling London's learnings and data to shape national legislation; * maintain the environmental benefits of providing a green alternative to private car use; * help increase the resilience of conventional TfL transport options by providing an additional mode; and * set a benchmark that helps to drive up the standards of other micromobility services in London.
Lot Information
Lot 1
This was a competitive procurement for the award of contracts to Operators in relation to the second phase of the Trial. The procurement was conducted pursuant to the Concession Contracts Regulations 2016 ("CCR 2016"). TfL have awarded contracts and entered into Administration Agreements ("Agreement") with 3 Operators, setting out the terms that apply to the Operator in relation to the provision of e-scooter services in the Greater London Area and its obligations to a) TfL as the administrator of the second phase of the Trial and b) the various London Boroughs and/or the City of London Corporation who wish to participate in the Trial by permitting the use of e-scooters within their respective jurisdictions. The Agreement provides that a Participating Borough may issue a notice to require the relevant Operator(s) to enter into a contract for the provision of e-scooter rental services in the geographic area controlled by that Participating Borough. Participating Boroughs may choose to enter a Full-Service contract for the provision of an e-scooter rental service or to allow e-scooters to be ridden through only (Ride-Through-Borough). Additional information: Plus extension of a further 12 months The value in Section II.1.5 represents the estimated total value of all the concession contracts as calculated in accordance with regulation 9 of the Concession Contracts Regulations 2016. This estimate is therefore the potential total turnover of the Operators, for the maximum contract(s) duration of 36 months. The calculation is based on overall ridership to date and prices under the current trial. This estimate is not an estimate of profit, nor a guarantee of revenue, nor does it represent any amount payable between the Operators, TfL or the Boroughs. TfL does NOT present the value on this notice as a promise of turnover and for the avoidance of doubt is not liable to Operators for any difference between the actual turnover and the amount in Section II.1.5)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037c0e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020480-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Award procedure with prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
60 - Transport services (excl. Waste transport)
-
- CPV Codes
34114000 - Specialist vehicles
34400000 - Motorcycles, bicycles and sidecars
34900000 - Miscellaneous transport equipment and spare parts
50110000 - Repair and maintenance services of motor vehicles and associated equipment
60100000 - Road transport services
Notice Value(s)
- Tender Value
- £6,750,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,250,000 £1M-£10M
Notice Dates
- Publication Date
- 17 Jul 20232 years ago
- Submission Deadline
- 2 Dec 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Jul 20232 years ago
- Contract Period
- 24 Sep 2023 - 22 Sep 2025 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Andrew Taylor
- Contact Email
- v_andrewtaylor@tfl.gov.uk
- Contact Phone
- +44 7821812478
Buyer Location
- Locality
- LONDON
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI41 Hackney and Newham
- Delivery Location
- TLI London
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-037c0e-2023-07-17T12:57:57+01:00",
"date": "2023-07-17T12:57:57+01:00",
"ocid": "ocds-h6vhtk-037c0e",
"description": "TfL is conducting this procurement pursuant to the CCR 2016. TfL is conducting this procurement process to identify Operator(s) for this second phase of the Trial in line with the processes and stages set out in the SQ and ITT. It is therefore important that Tenderers raise any queries regarding the SQ and/or ITT and accompanying volumes, including the Specification and the Administration Agreement, with TfL as soon as practicable and in accordance with the proposed timetable for clarification questions set out in the instructions. Tenderers are required to respond to all sections of the SQ (and in due course as applicable the ITT) and must submit in accordance with the instructions within the SQ and ITT (as appropriate). Variants will not be accepted. Tenders must remain capable of acceptance in accordance with the ITT for a period of 6 months from the date stated in the ITT. Each response must be submitted electronically via the e-Tendering portal Information about authorised persons and opening procedure: Tender Submissions will be checked initially for compliance with the SQ and/or ITT (as appropriate) and for completeness. Clarification may be sought from Tenderers. TfL reserves the right to reject any Tenders that are not, upon receipt, compliant with, and in the format specified in the SQ and/or ITT (as appropriate). It is recommended that the Tenderer undertakes its own checks for content and compliance before submitting the Tender. TfL reserves the right without notice to change the procurement process detailed in the SQ and/or ITT (as appropriate) or to amend the information provided, including, but not limited to, changing the timetable, the scope and nature of the procurement and the procurement process. This will be subject to the normal rules of public law and transparency. Moreover, TfL reserves the right to provide further information or to supplement and / or to amend the procurement process for the SQ and/or ITT. Tenderers enter this procurement process at their own risk. TfL shall not accept liability nor reimburse a tenderer for any costs or losses it incurs in relation to its participation in the procurement process, regardless of whether or not TfL has made changes to the procurement process. TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise. The contract or contracts (if any) resulting from this procurement process may be awarded by and may be for the benefit of the Contracting Authority, relevant London Boroughs and/or the City of London Corporation and/or any subsidiaries of the foregoing. The Contracting Authority strongly encourages those interested in tendering to undertake their activities in line with Responsible Procurement principles. Further information on TfL's Responsible Procurement policies can be found on the following website: https://tfl.gov.uk/corporate/publications-and-reports/procurement-information. The UK government has announced its commitment to greater data transparency. Accordingly, the Contracting Authority reserves the right to publishing its tender documents, contracts and data from invoices received. In doing so, the Contracting Authority may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004. To request access to the procurement documents , please contact the person named in section I.1. The value in Section II.1.5 represents the estimated total value of all the concession contracts as calculated in accordance with regulation 9 of the Concession Contracts Regulations 2016. This estimate is therefore the potential total turnover of the Operators combined, for the maximum contract(s) duration of 36 months. The calculation is based on overall ridership to date and prices under the current trial. This estimate is not an estimate of profit, nor a guarantee of revenue, nor does it represent any amount payable between the Operators, TfL or the Boroughs. TfL does present the value on this notice as a promise of turnover and for the avoidance of doubt is not liable to Operators for any difference between the actual turnover and the amount in Section II.1.5. Further information on TfL may be found at www.tfl.gov.uk.",
"initiationType": "tender",
"tender": {
"id": "WS1132166864 / TfL_scp_2315",
"legalBasis": {
"id": "32014L0023",
"scheme": "CELEX"
},
"title": "Electric Scooters (E-Scooters) Rental Trial 2 in London",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "60100000",
"description": "Road transport services"
},
"mainProcurementCategory": "services",
"description": "On 9 May 2020, the Department for Transport (\"DfT\") announced its intention to start trials of rental electric-scooters (\"e-scooters\") to help support cities across the United Kingdom as part of its restart and recovery response following the Coronavirus-induced lockdown, with the DfT demonstrating a preference for coordination of trials at a local level. Further to this, Transport for London (\"TfL\") worked with London Councils as representative for the 32 London boroughs and the City of London Corporation (together, the \"Boroughs\") to procure operators of rental e-scooters (\"Operators\") for a trial of e-scooters in London (\"Trial\"). The first phase of this Trial has been in place in London since 7 June 2021. On 28 June 2022, the DfT authorised relevant authorities to allow e-scooter trials to continue from November 2022 to the end of May 2024. This current opportunity relates to the procurement of Operator(s) of rental e-scooters for a second phase of the Trial in London, currently planned to commence by Autumn 2023 for an initial term of up to 24 months. The Trial term may at TfL's discretion be extended by up to 12 months. The second phase of the Trial may therefore run beyond May 2024 (when DfT currently envisages e-scooter trials ending) and as a result be subject to any new legislation that may be passed by Parliament. As with the first phase of the Trial, in the second phase TfL will lead the procurement of Operators, and the administration and co-ordination of e-scooter Trial operations. Potentially some or all of the Boroughs that are currently participating in the Trial will continue to do so in the second phase, and it is anticipated that more Boroughs in Greater London may join the Trial. By coordinating efforts, TfL and the Boroughs can continue to: * ensure a consistent and safe standard for e-scooters across London; * provide an evidence base for TfL and individual Boroughs' policy positions on e-scooters; * offer the only legal way to ride an e-scooter in public in London, with a central focus on safety; * remain an active participant in the government's trials, enabling London's learnings and data to shape national legislation; * maintain the environmental benefits of providing a green alternative to private car use; * help increase the resilience of conventional TfL transport options by providing an additional mode; and * set a benchmark that helps to drive up the standards of other micromobility services in London.",
"value": {
"amount": 6750000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This was a competitive procurement for the award of contracts to Operators in relation to the second phase of the Trial. The procurement was conducted pursuant to the Concession Contracts Regulations 2016 (\"CCR 2016\"). TfL have awarded contracts and entered into Administration Agreements (\"Agreement\") with 3 Operators, setting out the terms that apply to the Operator in relation to the provision of e-scooter services in the Greater London Area and its obligations to a) TfL as the administrator of the second phase of the Trial and b) the various London Boroughs and/or the City of London Corporation who wish to participate in the Trial by permitting the use of e-scooters within their respective jurisdictions. The Agreement provides that a Participating Borough may issue a notice to require the relevant Operator(s) to enter into a contract for the provision of e-scooter rental services in the geographic area controlled by that Participating Borough. Participating Boroughs may choose to enter a Full-Service contract for the provision of an e-scooter rental service or to allow e-scooters to be ridden through only (Ride-Through-Borough). Additional information: Plus extension of a further 12 months The value in Section II.1.5 represents the estimated total value of all the concession contracts as calculated in accordance with regulation 9 of the Concession Contracts Regulations 2016. This estimate is therefore the potential total turnover of the Operators, for the maximum contract(s) duration of 36 months. The calculation is based on overall ridership to date and prices under the current trial. This estimate is not an estimate of profit, nor a guarantee of revenue, nor does it represent any amount payable between the Operators, TfL or the Boroughs. TfL does NOT present the value on this notice as a promise of turnover and for the avoidance of doubt is not liable to Operators for any difference between the actual turnover and the amount in Section II.1.5)",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Vehicle Design and Safety"
},
{
"name": "Vehicle Maintenance"
},
{
"name": "Parking"
},
{
"name": "User Education and Community Engagement"
},
{
"name": "Risky Behaviours and Crime"
},
{
"name": "Environmental Impact"
},
{
"name": "Equitable Access"
},
{
"name": "Delivery of Data and Insights"
},
{
"name": "Operations and operational conduct"
},
{
"name": "Cyber Security"
}
]
},
"contractPeriod": {
"startDate": "2023-09-25T00:00:00+01:00",
"endDate": "2025-09-22T23:59:59+01:00"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34114000",
"description": "Specialist vehicles"
},
{
"scheme": "CPV",
"id": "34400000",
"description": "Motorcycles, bicycles and sidecars"
},
{
"scheme": "CPV",
"id": "34900000",
"description": "Miscellaneous transport equipment and spare parts"
},
{
"scheme": "CPV",
"id": "50110000",
"description": "Repair and maintenance services of motor vehicles and associated equipment"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKI"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.sap.com",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Full details of the requirements can be found in the procurement documents accessible via TfL's eTendering portal. Selection criteria are as stated in the procurement documents. Specific information shall be required and set out in the Stage 1 SQ. Applicants should note that they may be required to supply audited accounts.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Please see the form of contract (Administration Agreement) included with the procurement documents."
},
"tenderPeriod": {
"endDate": "2022-12-02T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "PS6.75"
},
"newValue": {
"text": "PS6,750,000"
},
"where": {
"section": "II.1.5",
"label": "Estimated total value"
}
}
],
"description": "II.1 Electric Scooters (E-Scooters) Rental Trial in London VI. 3The value in Section II.1.5 represents the estimated total value of all the concession contracts as calculated in accordance with regulation 9 of the Concession Contracts Regulations 2016. This estimate is therefore the potential total turnover of the Operators combined, for the maximum contract(s) duration of 36 months. The calculation is based on overall ridership to date and prices under the current trial. This estimate is not an estimate of profit, nor a guarantee of revenue, nor does it represent any amount payable between the Operators, TfL or the Boroughs. TfL does NOT present the value on this notice as a promise of turnover and for the avoidance of doubt is not liable to Operators for any difference between the actual turnover and the amount in Section II.1.5. NUTS code- London"
},
{
"id": "2",
"unstructuredChanges": [
{
"newValue": {
"text": "Pursuant to Notice 2022/S 000-030087 published on 25th October 2022 and subsequent Notice 2022/S 000-030296 published on 27 October 2022, prospective economic operators should be aware of the following changes: 1. The Selection Questionnaire (SQ, Parts 1-4 inclusive) response deadline has now been extended to 12:00 noon on Friday 9th December 2022 2. The vehicle specification minimum requirements in relation to wheel size has been amended as shown in Section 17.2.1 of Volume 2 (The Specification) of the Invitation to Tender, with the updated Specification available to view on the SAP ARIBA e-tendering portal. This change to minimum wheel sizes has been made further to what TfL now understands is emerging industry practice in vehicle manufacture. Specifically the wheel size specification has been amended from: Wheel sizes which meet or exceed the following: Front wheels: A minimum diameter of 12 inches/30.48cm and minimum width of 2 inches/5.08cm Rear wheels: A minimum diameter of 10 inches/25.4cm and minimum width of 2 inches/5.08cm To: Wheels sizes which meet or exceed the following: Front wheels: A minimum diameter of 11 inches/27.94cm and minimum width of 2 inches/5.08cm Rear wheels: A minimum diameter of 9 inches/22.86cm and minimum width of 2 inches/5.08cm Note: The diameter measurement will include the tyre to its outer edge (i.e. including the tread) when inflated to the manufacturers recommended pressure. To request access to the procurement documents, please contact the person named in section I.1 of the original Notice, 2022/S 000-030087."
},
"where": {
"section": "II.1.4"
}
}
]
}
],
"procurementMethodDetails": "Award procedure with prior publication of a call for competition",
"awardCriteriaDetails": "TfL conducted this procurement pursuant to the Concession Contracts Regulations 2016 (\"CCR 2016\")"
},
"parties": [
{
"id": "GB-FTS-14777",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "5 ENDEAVOUR SQUARE",
"locality": "LONDON",
"region": "UKI",
"postalCode": "E201JN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andrew Taylor",
"email": "V_AndrewTaylor@tfl.gov.uk",
"telephone": "+44 7821812478"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.tfl.gov.uk",
"buyerProfile": "http://TfL.sourcing-eu.ariba.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Transport"
}
]
}
},
{
"id": "GB-FTS-46142",
"name": "High Court, Royal Courts of Justice",
"identifier": {
"legalName": "High Court, Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-11768066",
"name": "EMTransit Ltd.",
"identifier": {
"legalName": "EMTransit Ltd.",
"id": "11768066",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Unit 4 Bittern Place, Coburg Road",
"locality": "London",
"region": "UKI",
"postalCode": "N22 6TP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-11517465",
"name": "Lime Technology Limited",
"identifier": {
"legalName": "Lime Technology Limited",
"id": "11517465",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "C/O DWF Company Secretarial Services Limited 1 Scott Place, 2 Hardman Street",
"locality": "Manchester",
"region": "UKD",
"postalCode": "M3 3AA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-12616585",
"name": "Voi Technology UK Limited",
"identifier": {
"legalName": "Voi Technology UK Limited",
"id": "12616585",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "2nd Floor National House, 60-66 Wardour Street",
"locality": "London",
"region": "UKI",
"postalCode": "W1F 0TA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-87442",
"name": "High Court, Royal Courts of Justice London",
"identifier": {
"legalName": "High Court, Royal Courts of Justice London"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-14777",
"name": "Transport for London"
},
"language": "en",
"awards": [
{
"id": "020480-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-11768066",
"name": "EMTransit Ltd."
}
]
},
{
"id": "020480-2023-2",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-11517465",
"name": "Lime Technology Limited"
}
]
},
{
"id": "020480-2023-3",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-12616585",
"name": "Voi Technology UK Limited"
}
]
}
],
"contracts": [
{
"id": "020480-2023-1",
"awardID": "020480-2023-1",
"status": "active",
"value": {
"amount": 2250000,
"currency": "GBP"
},
"dateSigned": "2023-07-04T00:00:00+01:00"
},
{
"id": "020480-2023-2",
"awardID": "020480-2023-2",
"status": "active",
"value": {
"amount": 2250000,
"currency": "GBP"
},
"dateSigned": "2023-07-04T00:00:00+01:00"
},
{
"id": "020480-2023-3",
"awardID": "020480-2023-3",
"status": "active",
"value": {
"amount": 2250000,
"currency": "GBP"
},
"dateSigned": "2023-07-04T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "4",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "3",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
}
]
}
}