Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Shirley Pearson
shirley.pearson@calderdale.gov.uk
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
National registration number
184 3147 61
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67386&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67386&B=UK
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
Framework Agreement for the Provision of Transport Services for Children and Adults Including Home to School/College Transport
two.1.2) Main CPV code
- 60120000 - Taxi services
two.1.3) Type of contract
Services
two.1.4) Short description
The Borough Council of Calderdale (“the Council”) is procuring a framework agreement for the provision of home to school transport services. The Council has a statutory duty to provide transport assistance to those individuals who are eligible to receive such assistance under current policies and legislation. Service users requiring transport provision include children, young people and adults with special educational needs/disabilities travelling from home to school, college or day centre within Calderdale. Some service users may have physical, behavioural, emotional or learning difficulties/disabilities.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 60112000 - Public road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Council has a statutory duty to provide transport assistance to certain individuals, under current policies and legislation. Individuals who require transport provision predominantly include children, young people, adults with special educational needs and/or disabilities, travelling from home to school, college or day centres. Some service users have physical, behavioural, emotional or learning difficulties or disabilities.
The Council invites Tenders from Tenderers who wish to be considered for the appointment to a framework agreement for the provision of transport services for children and adults including home to school/college transport. The Framework Agreement is intended to cover any transport needs which the Council cannot cater for within its own fleet of vehicles.
The Council anticipates that the Framework Agreement will commence on 1st July 2023 and have a duration of 4 years.
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 July 2023
End date
2 July 2027
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
As stated in the Tender 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
As stated in the Tender documents.
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
Envisaged maximum number of participants to the framework agreement: 15
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-006744
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 May 2023
Local time
12:00pm
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
Tender must be valid until: 29 August 2023
four.2.7) Conditions for opening of tenders
Date
31 May 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
The Council estimates that the total value of the framework agreement will be £2,000,000 over four years (£500,000 per annum). However, this is an estimate only and whilst every effort has been made to provide an accurate estimate, the extent of the Services required will be dependent upon internal resources and the needs of service users and may therefore vary significantly.
Tenderers are asked to note that the framework agreement will not result in any form of exclusivity and the Council reserves the right to procure services outside the framework agreement or to use in house resources. It is intended that framework providers will be given a fair opportunity to be awarded or tender for Services, however there will be no guaranteed volume of awarded Services to any and all framework providers or that any Services will be awarded at all.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom