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
Telephone
+44 1202128989
Country
United Kingdom
Region code
UKK24 - Bournemouth, Christchurch and Poole
Internet address(es)
Main address
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