Opportunity

WSCC - JS - Passenger Transport DPS

  • West Sussex County Council

F02: Contract notice

Notice reference: 2022/S 000-010315

Published 20 April 2022, 4:04pm



Section one: Contracting authority

one.1) Name and addresses

West Sussex County Council

County Hall, West Street

Chichester

PO19 1RQ

Contact

James Skilling

Email

james.skilling@westsussex.gov.uk

Telephone

+44 03302225432

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.westsussex.gov.uk/business-and-consumers/supplying-wscc-with-goods-or-services/

Buyer's address

https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Current

one.3) Communication

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

https://www.sesharedservices.org.uk/esourcing

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

WSCC - JS - Passenger Transport DPS

Reference number

WSCC - 033885

two.1.2) Main CPV code

  • 60100000 - Road transport services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council intends to establish a Dynamic Purchasing System (DPS) for the provision of passenger transport services. The procurement procedure is in accordance with the requirements of the Public Contract Regulations 2015 (SI2015/103) (PCR 2015)A Dynamic Purchasing System (DPS) is a completely electronic system used to purchase commonly used goods, works or services. The DPS may be divided into categories of products, works or services commonly sometimes referred to as lots.The DPS will be open for submissions from 03 May 2022 with further competitions to be issued via the DPS from 24 June 2022

two.1.5) Estimated total value

Value excluding VAT: £175,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60100000 - Road transport services

two.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)

two.2.4) Description of the procurement

The Council intends to establish a Dynamic Purchasing System (DPS) for the provision of passenger transport services. The procurement procedure is in accordance with the requirements of the Public Contract Regulations 2015 (SI2015/103) (PCR 2015)A Dynamic Purchasing System (DPS) is a completely electronic system used to purchase commonly used goods, works or services. The DPS may be divided into categories of products, works or services commonly sometimes referred to as lots.A DPS follows a two-stage process:Stage 1The first stage is concerned with setting up the DPS. Under this stage Tenderers are invited to apply for inclusion on the DPS (i.e. this Invitation to Participate). Tenderers complete and submit a response in the form of the Selection Questionnaire (SQ), and those who meet the Selection Criteria and who are not excluded will be admitted onto the DPS as a DPS Provider for the Category(s) that they have applied for.Stage 2The second stage is more commonly referred to as a mini-competition stage. Following acceptance onto the DPS, the Council will invite all DPS Providers within a relevant Category to bid for a specific passenger transport contract by issuing a mini-competition for a specific route or batch of routes. Tenders will be evaluated according to the Award Criteria set as part of the mini-competition and a Contract awarded to the winning bidder.Scope of Services The Council’s Transport Coordination team (in Place Services) plan and procure transport on behalf of children and vulnerable adults to and from establishments in West Sussex and beyond. Additionally, other teams in the Council commission ad-hoc, urgent and specialist transport to meet the needs of residents such as during major incidents. The broad categories of Service User who receive transport from the Council include but are not limited to Special Educational Needs and Disabilities (SEND), Mainstream, Adult Services, Alternative Provision College (APC), Looked After Children (LAC).A Service User may require a Passenger Assistant, parent, school staff, or nurse to accompany them on a journey. Vehicle requirements typically include cars, multi-purpose vehicles (MPVs), standard and wheelchair accessible minibuses and coaches. Occasionally specialist vehicles will be required including ambulances and secure transport.The Council’s detailed requirements are set out in the DPS Agreement, Call-off Terms and Conditions and Route schedules (available at the mini-competition stage).DPS TermThe Council is seeking to establish a DPS for an initial term of 5 years from the Commencement Date. There is the option to extend by 1 period of up to 24 months (2 years), taking the full term of the DPS to 7 years.The anticipated Commencement Date of the DPS is 03 May 2022, with mini competitions to start on 24 June 2022.Value of the DPSThe anticipated value of the Services to be procured through the DPS is approximately £175m million over the lifetime of the DPS.Please note the figure above is an estimation and not a commitment to Service Providers who are appointed to the DPS.Categories (Lots)The Services have been divided into the following Categories depending upon type of vehicle and services required.Category 1 – Vehicles up to 8 passenger seats. Service Providers in this category will typically operate using a Private Hire or Hackney licence and includes wheelchair accessible vehicles. Passenger Assistants may be requested by the Council to support Service Users.Category 2 – Vehicles with 9 passenger seats or more. Service Providers in this category will typically operate using a Public Service Vehicle (PSV) licence and includes wheelchair accessible vehicles. Passenger Assistants may be requested by the Council to support Service Users.Category 3 – Specialist Transport. Service Providers in this category will be able to provide more specialist services including secure transport and non-emergency ambulances.

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: £175,000,000

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

Start date

3 May 2022

End date

2 May 2027

This contract is subject to renewal

Yes

Description of renewals

1 extension of up to 24 months

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.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 100

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

The DPS initial term is 5 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

2 May 2027

Local time

12:00pm

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.3) Additional information

Requests to participate are required to be submitted via the Authority's tendering system https://in-tendhost.co.uk/sesharedservices/aspx/HomeThis system will also be used to publish mini-competitions for contracts let from the DPS.Access to the system/software and advice is free of charge.Registration is necessary in order to submit requests to participate in the DPS, and if successfully appointed to the DPS, submit tenders for contracts let from the DPS.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice — The High Court

London

WC2A 2LL

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

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

West Sussex County Council

County Hall

Chichester

PO19 1RG

Country

United Kingdom

Internet address

www.westsussex.gov.uk