Tender

Hire of Passenger Transport Vehicles with Driver

  • Bournemouth Christchurch and Poole Council

F02: Contract notice

Notice identifier: 2023/S 000-006901

Procurement identifier (OCID): ocds-h6vhtk-03b0ed

Published 9 March 2023, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

Bournemouth Christchurch and Poole Council

BCP Council Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Strategic Procurement Team

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

Region code

UKK24 - Bournemouth, Christchurch and Poole

Internet address(es)

Main address

www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.supplyingthesouthwest.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplyingthesouthwest.org.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Hire of Passenger Transport Vehicles with Driver

Reference number

DN637942

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

Bournemouth, Christchurch and Poole Council (BCP Council) seek tenders for creation of a Passenger Transport Framework for home to school transport requirements, and for use by all BCP service users and employees.

This contract has been divided into lots which are:

• Lot 1 - Minibuses with 9 - 16 Passenger Seats

• Lot 2 - Taxis and Private Hire Vehicles or Social Cars for up to 8 Passenger Seats

• Lot 3 - Ad Hoc Provision of Taxis and Private Hire Vehicles up to 8 Passenger Seats

For Lot 1 & Lot 2, all suppliers who meet the Council’s selection criteria, as set out in this Invitation to Tender (ITT) will be awarded a place on the Framework. All required routes will be awarded following completion of further competition procedures.

For Lot 3, Bidders will be ranked in order of lowest price with the top 5 ranked bidders being awarded a position on the Framework. Ad hoc bookings under Lot 3 will be made to the bidder ranked 1st, dependant on availability. If the bidder ranked 1st is unavailable, then the booking will be made to the bidder ranked 2nd. If the bidder ranked 2nd is unavailable, the booking will be made to the bidder ranked 3rd, and so on

Bidders can tender for a single lot or multiple lots.

two.1.5) Estimated total value

Value excluding VAT: £13,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Minibuses with 9 - 16 Passenger Seats

Lot No

1

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

The service to be provided under this Lot is for the transportation of service users on journeys within and beyond the BCP Council area in a Minibus (9 to 16 passenger seats, the number of seats may be reduced to accommodate passengers travelling in wheelchairs).

A high proportion of the journeys will be for children or adults with a disability, including wheelchair users. Disabled children and adults may or may not be accompanied by a Passenger Assistant.

A high proportion of journeys will be regular routes transporting children to and from school and adults to and from day care.

All suppliers who meet the Council’s selection criteria, as set out in this Invitation to Tender (ITT) will be awarded a place on the Framework. All required routes will be awarded following completion of further competition procedures.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

two.2) Description

two.2.1) Title

Lot 2 - Taxis and Private Hire Vehicles or Social Cars for up to 8 Passenger Seats

Lot No

2

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

The service to be provided under this Lot is for transportation of service users, Council employees, Elected Members and on occasions unaccompanied goods or documents on journeys within and beyond the BCP area, in a taxi, private hire vehicle or social car of up to 8 passenger seats.

A high proportion of the required journeys will be for children or adults with a disability including wheelchair users. If required, disabled children and adults will be accompanied by a Passenger Assistant who is employed by the Council.

A high proportion of journeys will be regular routes transporting children to and from school and adults to and from day establishments.

All suppliers who meet the Council’s selection criteria, as set out in this Invitation to Tender (ITT) will be awarded a place on the Framework. All required routes will be awarded following completion of further competition procedures.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Please do not contact any officer/team named on this notice or the documentation. All documentation for this opportunity is available on www.supplyingthesouthwest.org.uk . Any expressions of interest must be made through this portal unless otherwise instructed. You will need to register on the site to submit a bid. Registering is free of charge.

two.2) Description

two.2.1) Title

Lot 3 - Ad Hoc Provision of Taxis and Private Hire Vehicles up to 8 Passenger Seats

Lot No

3

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKK24 - Bournemouth, Christchurch and Poole

two.2.4) Description of the procurement

The service to be provided under this Lot is for the transportation of service users, Council employees, elected members and on occasions unaccompanied goods or documents on journeys within and beyond the BCP area in a taxi or private hire vehicle of up to 8 passenger seats.

Some of the required journeys may be for children or adults with a disability including wheelchair users. Disabled children and adults may be accompanied by a Passenger Assistant who is employed by the Council.

Ad hoc bookings are likely to be for one off journeys and may be required at short notice.

Bidders will be ranked in order of lowest price with the top 5 ranked bidders being awarded a position on the Framework. Ad hoc bookings under Lot 3 will be made to the bidder ranked 1st, dependant on availability. If the bidder ranked 1st is unavailable, then the booking will be made to the bidder ranked 2nd. If the bidder ranked 2nd is unavailable, the booking will be made to the bidder ranked 3rd, and so on

two.2.5) Award criteria

Price

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

Refer to procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please note that if a bid is received from a consortium or from two suppliers then words will be added to the contract to enable suppliers to be held liable for performance individually or jointly (joint and several liability).

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 April 2023

Local time

2:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

12 April 2023

Local time

2:00pm

Information about authorised persons and opening procedure

All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

London

WCA 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

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

Bournemouth Christchurch and Poole Council

Bournemouth

BH2 6DY

Country

United Kingdom