Opportunity

Framework for the Provision of Passenger Transport Services For Children and Young People with special educational needs and disabilities

  • Sandwell Metropolitan Borough Council

F02: Contract notice

Notice reference: 2022/S 000-012480

Published 13 May 2022, 12:51pm



Section one: Contracting authority

one.1) Name and addresses

Sandwell Metropolitan Borough Council

Sandwell Council House, Freeth Street

Oldbury

B69 3DB

Contact

Satinder Bains

Email

Satinder_bains@sandwell.gov.uk

Country

United Kingdom

NUTS code

UKG37 - Sandwell

Internet address(es)

Main address

www.sandwell.gov.uk

Buyer's address

www.sandwell.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/sandwellmbc

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/sandwellmbc

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 for the Provision of Passenger Transport Services For Children and Young People with special educational needs and disabilities

Reference number

SMBC 22011

two.1.2) Main CPV code

  • 60120000 - Taxi services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council wishes to establish a Framework to award individual contracts to Potential Suppliers for the provision of Passenger Transport Services from home to school, for children and young people with an identified requirement. The Transport Service currently provides a variety of transport options to over 700 Passengers on a daily basis. The majority of the passengers using the service have requirements related to Special Educational Needs and Disabilities (SEND) with the service also supporting looked after children; children in temporary accommodation and other vulnerable groups.The contract works will be awarded over 13 separate contracts, grouped into 3 Lots:Lot A - 3 contractsLot B - 6 contractsLot C - 4 contractsThe Framework will last for a period of 2 years commencing on 1 September 2022 until 31 July 2024 with an option to extend for a further 12 months subject to satisfactory performance and budget availabilityClosing date: Monday 13 June 2022 at 15:00hrs

two.1.5) Estimated total value

Value excluding VAT: £24,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Contracts 1 - 3

Lot No

Lot A

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services
  • 60000000 - Transport services (excl. Waste transport)
  • 60130000 - Special-purpose road passenger-transport services

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell

two.2.4) Description of the procurement

The Council wishes to establish a Framework to award individual contracts to Potential Suppliers for the provision of Passenger Transport Services from home to school, for children and young people with an identified requirement. The Transport Service currently provides a variety of transport options to over 700 Passengers on a daily basis. The majority of the passengers using the service have requirements related to Special Educational Needs and Disabilities (SEND) with the service also supporting looked after children; children in temporary accommodation and other vulnerable groups.The contract works will be awarded over 13 separate contracts, grouped into 3 Lots:Lot A - 3 contractsLot B - 6 contractsLot C - 4 contractsThe Framework will last for a period of 2 years commencing on 1 September 2022 until 31 July 2024 with an option to extend for a further 12 months subject to satisfactory performance and budget availability

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: £2,531,033

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

Start date

1 September 2022

End date

31 July 2025

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

two.2.14) Additional information

Budget range for this lot ranges from 2,531,033 - 3,321,982 GBP British Pounds

two.2) Description

two.2.1) Title

Contracts 4 - 9

Lot No

Lot B

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services
  • 60140000 - Non-scheduled passenger transport
  • 60000000 - Transport services (excl. Waste transport)
  • 60130000 - Special-purpose road passenger-transport services

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell

two.2.4) Description of the procurement

The Council wishes to establish a Framework to award individual contracts to Potential Suppliers for the provision of Passenger Transport Services from home to school, for children and young people with an identified requirement. The Transport Service currently provides a variety of transport options to over 700 Passengers on a daily basis. The majority of the passengers using the service have requirements related to Special Educational Needs and Disabilities (SEND) with the service also supporting looked after children; children in temporary accommodation and other vulnerable groups.The contract works will be awarded over 13 separate contracts, grouped into 3 Lots:Lot A - 3 contractsLot B - 6 contractsLot C - 4 contractsThe Framework will last for a period of 2 years commencing on 1 September 2022 until 31 July 2024 with an option to extend for a further 12 months subject to satisfactory performance and budget availability

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: £1,929,856

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

Start date

1 September 2022

End date

31 July 2025

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

two.2.14) Additional information

Budget range for this lot ranges from 1,929,856 - 2, 532,939 GBP British Pounds

two.2) Description

two.2.1) Title

Contracts 10 - 13

Lot No

Lot C

two.2.2) Additional CPV code(s)

  • 60120000 - Taxi services
  • 60140000 - Non-scheduled passenger transport
  • 60000000 - Transport services (excl. Waste transport)
  • 60130000 - Special-purpose road passenger-transport services

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell

two.2.4) Description of the procurement

The Council wishes to establish a Framework for the provision of Passenger Transport Services for children and young people with an identified requirement. The Transport Service currently provides a variety of transport options to over 700 Passengers on a daily basis. The majority of the passengers using the service have requirements related to Special Educational Needs and Disabilities (SEND) with the service also supporting looked after children; children in temporary accommodation and other vulnerable groups. The service has a range of support options including: Travel-alone / single-occupancy vehicles, private-hire / hackney vehicles, minibus / coach transport, WAV (wheelchair Accessible Vehicles); bus passes and Independent Travel Training.The contract works will be awarded over 13 separate contracts, grouped into 3 Lots:Lot ALot BLot C

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: £1,896,619

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

Start date

1 September 2022

End date

31 July 2025

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

two.2.14) Additional information

Budget range for this lot ranges from 1,896,619 - 2,489,317 GBP British Pounds


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

Please refer to ITT Documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to ITT Documents

Minimum level(s) of standards possibly required

Please refer to ITT Documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to ITT Documents

Minimum level(s) of standards possibly required

Please refer to ITT 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

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

N/A

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

13 June 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

13 June 2022

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Council will be using the In-tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal. From here you will be able to register your company, express an interest in the opportunity, and gain immediate access to the ITT and other related documents. In Order to View the On-Line Questionnaire and Submit a Tender, you will be required to` Opt-In`. For a Step by Step user guide to the Sandwell MBC In-tend Supplier Portal please click on the `Guidance for Suppliers` section of the website. All procurement responses must be carried out via the Sandwell MBC In-tend Supplier Portal. If you require further assistance in respect of the system, please contact the In-tend support team on 0844 272 8810.

six.4) Procedures for review

six.4.1) Review body

The High Court of England

Royal Courts of Justice the Strand

London

WC2A 2LL

Country

United Kingdom