Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Vine Street
HUDDERSFIELD
HD16NT
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/login.asp?B=YORTENDER
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
Dynamic Purchasing System for the Provision of Passenger Transport
Reference number
KMCTS-018
two.1.2) Main CPV code
- 60120000 - Taxi services
two.1.3) Type of contract
Services
two.1.4) Short description
Kirklees Council are seeking to establish a Dynamic Purchasing System ("DPS") for the provision of Passenger Transport Services under which interested economic Operators can become eligible to bid to provide specific Service Contracts or 'Routes'.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
- 60120000 - Taxi services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
- 60170000 - Hire of passenger transport vehicles with driver
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Council is responsible for arranging home to school transport to schools and colleges for Children and Young People with special education needs and disabilities (SEND). In addition, the Council also arranges transport for respite/short breaks and for adults to attend local day centres. Overall, the Service comprises over 400,000 journeys annually.
The Council's Home to School Transport Service employs approximately 180 Passenger Assistants who ensure that Children and Adults are safely and comfortably transported to various locations within, and on occasions outside, the Kirklees District.
The Services comprise of the following requirements:
a) Route transportation of Children / Adults / Passenger Assistants to schools, colleges and day centre locations and other venues, and either back home again or to another designated point as specifically set out in each Route Sheet/ instruction
b) Interim Cover of new journeys which are likely to continue for some time and which may eventually be converted into Routes at the discretion of the Council.
c) Emergency Provision for Service requirements at short notice (tender return date reduced to 1 day)
d) Ad-hoc Provision for occasional Service requirements.
The estimated cumulative annual value for the Contracts potentially called off under this DPS is six million Pounds Sterling (£6,000,000). It is anticipated that the majority of Contracts awarded under this DPS will each have an individual value of between one thousand Pounds Sterling (£1,000) and forty thousand Pounds Sterling (£40,000).
This DPS is anticipated to commence on 1st June 2023 for a period of three (3) years up to 31st May 2026, with a provision to extend the DPS for up to two (2) further one (1) year periods (the "DPS Period"), subject to continued availability of eligible Operators continuing to meet the requirements and demands of the Service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The DPS will initially run for a period of three (3) years, with a provision to extend the DPS for up to two (2) further one (1) year periods, subject to continued availability of eligible Operators continuing to meet the requirements and demands of the Service
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
The economic operators' request to participate on this DPS will be assessed against their responses to the
minimum selection criteria within the Selection Questionnaire ("SQ") in the request to participate submission
document, which is available to download at https://yortender.eu-supply.com/login.asp?B=YORTENDER
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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
31 May 2028
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Economic Operators who are unsuccessful at the SQ stage shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the application to join the DPS was unsuccessful.
If an economic Operator requires any additional information following this initial de-briefing,this should be requested via the messaging function within https://yortender.eu-supply.com/login.asp?B=YORTENDER
If an appeal regarding the decision to award a position on the DPS has not been successfully resolved, then the public contracts Regulations 2015(SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules
to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had risen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than
3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and /or order the duration of the contract to be shortened.
If however the contract has been concluded, the Court may only award damages or, where the contract award procedures
have not been followed correctly, declare the contract to be ineffective.