Section one: Contracting authority
one.1) Name and addresses
PORTSMOUTH CITY COUNCIL
City Council
Portsmouth
PO1 2AL
Contact
Procurement Service
procurement@portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
NUTS code
UKJ31 - Portsmouth
Internet address(es)
Main address
https://in-tendhost.co.uk/portsmouthcc/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/portsmouthcc/aspx/Home
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
Home to School Transport Services - Portsmouth City Council - Dynamic Purchasing System
two.1.2) Main CPV code
- 60170000 - Hire of passenger transport vehicles with driver
two.1.3) Type of contract
Services
two.1.4) Short description
Portsmouth City Council (the council) is inviting applications from transport providers to deliver home to school transport services on behalf of the council.
These services are required to support the council fulfil its statutory responsibility to transport children and young people who meet specific criteria from home to both mainstream and special schools.
The majority of routes start and end in Portsmouth, however there are occasions when longer routes, starting and/or ending outside of the authority will be required.
The total value of call-offs to be awarded via the DPS is estimated to be in the region of £1.5million per annum. The initial term of the DPS will be 5 years with the option to extend in increments to be decided, on a rolling basis with no maximum term set.
The majority of call-offs will be awarded via mini-competition across all DPS suppliers. However, the council reserves the right to award call-offs without a mini-competition in the following circumstances:
• Where time is of the essence
• Where the child or young person's needs are specific to mean that only one supplier can fulfil the requirements
• Where a route will not run regularly or will be subject to significant change
Awards made without mini-competition will be based on factors including but not limited to the needs of the child or young person, vehicle type available, price per mile and supplier performance.
There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year.
Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include:
• Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change
• Where changes to the service would cause significant disruption to a child or young person's ability to attend school
• Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel or other operating costs resulting in unaffordable cost increases for the council.
To assist suppliers with their application, the council is holding a supplier briefing on 14 June 2021 at 10:30am. This will include an explanation of service requirements, driver conduct, performance expectations, documentation, the application process and how the DPS will operate. Suppliers wishing to attend the session or receive a copy of the recording should refer to the tender documents.
This DPS is being established to replace and update Lot 1 of the council's existing DPS for home to school transport. Lot 1 of the original DPS will be de-activated, with no new applications accepted and no further call-offs awarded via the DPS.
The existing DPS includes for Lot 2 which covers ad hoc travel and which will remain open. The council reserves the right to add additional Lots to this new DPS in the future, particularly in respect of ad-hoc travel requirements the council may have. If established, Lot 2 of the existing DPS will be closed.
The procurement will run to the following timetable:
• Supplier briefing - 10:30 on 14 June 2021
• Return date - 10:00 on 5th July 2021
• DPS established - 16th July 2021
• First mini-competition launched - week commencing 19th July 2021
While the DPS will remain open for applications, suppliers wishing to be included within the mini-competitions for new routes for the 2021/22 academic year must submit their applications by 10:00 on 5th July 2021.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The council has an existing DPS for the provision of Commissioned Transport Services that is made up of 2 lots - Lot 1 for Home to School Transport and Lot 2 for ad-hoc and emergency transport.
The resulting DPS established from this notice will replace Lot 1 of the existing system noted above which will be closed. Lot 2 from this system will remain open and will continue to be used by the council.
The council reserves the right to establish a second Lot in this newly established DPS for ad hoc travel requirements for the council as a whole. If utilised, Lot 2 from the old system will be closed.
two.2) Description
two.2.1) Title
Home to School Transport
Lot No
1
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
- 60130000 - Special-purpose road passenger-transport services
- 60170000 - Hire of passenger transport vehicles with driver
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
The majority of contracts awarded through the DPS will be in respect of home to school routes that start and end within the council boundary. However, there are occasions when the council retains responsibility for children that live outside of its boundary, or are required to transport children to a school outside of its boundary. The exact locations of these routes cannot be identified or predicted but service providers will be expected to be able to deliver these requirements as they arise.
two.2.4) Description of the procurement
The council provides a home to school transport service for mainstream and special schools for children and young people who meet specific criteria. As part of this service, the council uses local transport services including private hire vehicles, minibuses and hackney carriages to transport children and young people to their place of education.
Where required, children and young people will be accompanied by a passenger assistant employed by the council. This is not the case for all routes and a number of children and young people are unaccompanied during the journey. As a result, the council must ensure that any drivers transporting children adhere to a strict standard of behaviour and possess a current DBS check. Full details of requirements can be found in the Driver Handbook within the tender documents.
The majority of call-offs will be awarded via mini-competition across all DPS suppliers. However, the council reserves the right to award call-offs without a mini-competition in the following circumstances:
• Where time is of the essence
• Where the child or young person's needs are specific to mean that only one supplier can fulfil the requirements
• Where a route will not run regularly or will be subject to significant change
Awards made without mini-competition will be based on factors including but not limited to the needs of the child or young person, vehicle type available, price per mile and supplier performance.
There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year.
Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include:
• Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change
• Where changes to the service would cause significant disruption to a child or young person's ability to attend school
• Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel resulting in unaffordable cost increases for the council.
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: £75,000,000
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 initial term of the DPS will be 5 years with the option to extend in increments to be determined by the council, on a rolling basis with no maximum term. Therefore the DPS mayrun indefinitely.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is no minimum term for call-offs. While most call-offs will be awarded for at least the academic year, there may be changes to circumstances which require routes to be terminated, changed or awarded mid-year.
Call-offs will be awarded for a maximum term of 3 years, with the option to extend in increments to be agreed, to a maximum of 5 years. In exceptional circumstances call-off contracts may be extended beyond 5 years. These circumstances include:
• Where the needs of a child or young person can only be met by a specific vehicle type and this is held by one operator only and these needs will not change
• Where changes to the service would cause significant disruption to a child or young person's ability to attend school
• Where conditions in the wider environment mean extensions are required to prevent service disruption. For example, where local or national polices directly impacting service delivery are in the process of being updated, or where global political situations significantly increase the cost of fuel resulting in unaffordable cost increases for the council.
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
All applicants must be able to provide drivers that hold the relevant licences and DBS certifications.
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
5 July 2021
Local time
10:00am
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.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom