Section one: Contracting authority
one.1) Name and addresses
Shropshire Council
Shirehall
Shrewsbury
SY2 6ND
Contact
Procurement Team
Telephone
+44 1743252993
Country
United Kingdom
Region code
UKG22 - Shropshire CC
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com
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
DMCT 386 - Passenger Transport Dynamic Purchasing System
Reference number
DMCT 386
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
Shropshire Council is establishing a new Dynamic Purchasing System for the provision of a range of passenger transport services to Shropshire Council. This will include passenger transport for pupils to and from school, local bus services for the general public, Adult Services transport to homes and centres, community/voluntary groups transport and other passenger transport services required by the Council and its partners.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Shropshire CC
two.2.4) Description of the procurement
Shropshire Council is establishing a Dynamic Purchasing System for the provision of a range of passenger transport services to Shropshire Council. This will include passenger transport for pupils to and from school, local bus services for the general public, Adult Services transport to homes and centres, community/voluntary groups transport and other passenger transport services required by the Council and its partners.
A variety of vehicles will be used and the framework will be made up of providers with the following vehicle types:
1. Non PCV vehicles (ie vehicles of 8 passenger seats or below)
2. Passenger carrying vehicles (PCV) (ie vehicles of 9 - 16 passenger seats and above)
3. Passenger carrying vehicles (PCV) (ie vehicles of 17 passenger seats and above)
4. Small vans
The DPS will consist of the following categories and Tenderers may apply for admission on to one or all of them:
•Public Transport
•School Transport
•Adult Social Care Transport (Social Services)
•SEN Transport (Special Educational Needs)
Please note the Council reserves the right to award certain routes under this framework arrangement by the use of electronic auctions.
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
Start date
21 October 2024
End date
20 October 2029
This contract is subject to renewal
Yes
Description of renewals
It is the intention for the DPS to be open for 5 years with the option to extend for a further 2 years.
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
See DPS 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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
See DPS documentation
three.2.2) Contract performance conditions
See DPS documentation
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
The procurement involves the setting up of a dynamic purchasing system
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
The Council reserves the right to award certain routes under this Dynamic Purchasing System by the use of electronic auctions.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2024
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: It is the intention for the DPS to be open for 5 years with the option to extend for a further 2 years.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=865135326
GO Reference: GO-2024719-PRO-26939666
six.4) Procedures for review
six.4.1) Review body
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury Shropshire
Shrewsbury
SY2 6ND
Telephone
+44 1743252993
Country
United Kingdom