Tender

Dynamic Purchasing System for the Provision of Passenger Transport

  • Kirklees Council

F02: Contract notice

Notice identifier: 2023/S 000-009504

Procurement identifier (OCID): ocds-h6vhtk-03b7d5

Published 31 March 2023, 2:53pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Vine Street

HUDDERSFIELD

HD16NT

Email

procurement@kirklees.gov.uk

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

https://www.kirklees.gov.uk

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.