Tender

Children and Young People's Travel Service: Transport Services

  • Birmingham City Council

F02: Contract notice

Notice identifier: 2023/S 000-015006

Procurement identifier (OCID): ocds-h6vhtk-03cf96

Published 25 May 2023, 6:01pm



Section one: Contracting authority

one.1) Name and addresses

Birmingham City Council

10 Woodcock Street

Birmingham

B4 7WB

Contact

Corporate Procurement Services

Email

etendering@birmingham.gov.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.finditinbirmingham.com

Buyer's address

www.in-tendhost.co.uk/birminghamcc

one.3) Communication

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

www.in-tendhost.co.uk/birminghamcc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.in-tendhost.co.uk/birminghamcc

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

Children and Young People's Travel Service: Transport Services

Reference number

P1216

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

Birmingham City Council is seeking tenders from suitable tenderers that wish to be appointed to a Framework Agreement for the provision of the Service. The Service required will primarily be to transport vulnerable children and young people to and from schools and colleges. Birmingham City Council must meet the statutory requirements relating to home to school transport and sustainable travel. The Council is the largest service of its kind in the country providing transport services (vehicles, drivers and passenger assistants) to support over 4,500 children and young people with SEND. There are over 1,200 transport routes operated each day and, as at early September 2022, approximately 920 of these routes require passenger assistants to support the needs of these children and young people. The Framework Agreement will be in two Lots and will be awarded to multiple suppliers.

two.1.5) Estimated total value

Value excluding VAT: £450,000,000

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

Minibus (For 9-seat or more vehicles)

Lot No

1

two.2.2) Additional CPV code(s)

  • 34114400 - Minibuses
  • 34120000 - Motor vehicles for the transport of 10 or more persons
  • 60000000 - Transport services (excl. Waste transport)
  • 60112000 - Public road transport services
  • 60130000 - Special-purpose road passenger-transport services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Lot 1 will have a maximum of 20 successful tenderers on the Framework to deliver all the minibus contracts. Call off will be via further competition based on requirements, and individual requirements will be packaged based on needs. Lot 1 also has the option of a direct award where required, for example in urgent circumstances.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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) Description

two.2.1) Title

Taxi: (vehicles that can provide 8 passenger seats or less)

Lot No

2

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)
  • 34100000 - Motor vehicles
  • 34115200 - Motor vehicles for the transport of fewer than 10 persons

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

Lot 2 will have a maximum of 35 suppliers and call off will be via direct award based on vehicle type and pricing. Once the Framework Agreement commences and there is a requirement, the Council will directly award that requirement via a direct Call-Off Contracts to the supplier who achieved the highest ranking in total combined score (quality and price) against the required vehicle type/category. Call off requirement will be based on vehicle type. Where an award is made to the highest-ranking supplier in terms of a particular vehicle type, confirmation of award to that supplier on the framework will be subject to the supplier having sufficient capacity to undertake the work and its acceptance of the Call-Off Contract (thereby fulfilling the demands of the specification). If suppliers do not have sufficient capacity against the required vehicle type the Council will directly award call off contracts to the supplier who has achieved the second highest total combined score (quality and price). This process will be followed for all suppliers who will be ranked sequentially in order of their total combined score with the lowest scoring tenderer ranked last in order to form a "league table" for each vehicle type/category.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

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: Yes

Description of options

Taxi Provision will be for up to 2 or 3 years for children aged 5-16 and anticipated call of contract for young people aged 16 and above (post 16), will be for 1 year or more. These call offs will have the flexibility of potential extension should it be required, depending on the specific requirements.

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

Further details will be provided in the tender documentation.

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

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: 55

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

Will not exceed 4 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

30 June 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

Duration in months: 90 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 June 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk Your completed tender submission should be returned by noon on 30th June 2023 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom